APPROVED September 30, 2010

Michigan State Administrative Board

Lansing, Michigan September 14, 2010

A special meeting of the State Administrative Board was held in the Lake Superior Room, 1st Floor, Michigan Library and Historical Center, on Tuesday, September 14, 2010, at 11:00 a.m.

Present: Corina Pena Andorfer, Deputy Legal Counsel, representing Jennifer M. Granholm, Chairperson Katelyn Carey, Director of Communications, representing John D. Cherry, Jr., Lt. Governor Brian DeBano, Chief of Staff, representing Terri Lynn Land, Secretary of State Patrick F. Isom, Assistant Attorney General, representing Michael A. Cox, Attorney General Mary G. MacDowell, Director, Financial Services Bureau, representing Robert J. Kleine, State Treasurer Rick Floria, Budget Director, representing Michael P. Flanagan, Superintendent of Public Instruction Leon Hank, Chief Administrative Officer, representing Kirk T. Steudle, Director, Department of Transportation Sherry Bond, Secretary

Others Present:

Sergio Paneque, Janet Rouse, Department of Technology, Management and Budget; Mike Blackledge, Department of Transportation; Maggie Coolman, Google

1. CALL TO ORDER:

Ms. Andorfer called the meeting to order and led the Pledge of Allegiance to the Flag.

2. READING OF MINUTES OF PRECEDING MEETING AND APPROVAL THEREOF:

Mr. DeBano moved that the minutes of the regular meeting of August 17, 2010, be approved and adopted. The motion was supported by Ms. MacDowell and unanimously approved.

3. HEARING OF CITIZENS ON MATTERS FALLING UNDER JURISDICTION OF THE BOARD:

NONE

4. COMMUNICATIONS:

NONE

5. UNFINISHED BUSINESS:

NONE

6. NEW BUSINESS:

Retention and Disposal Schedules:

GENERAL SCHEDULE #8, Metadata, 9/14/2010

DEPARTMENT OF ENERGY, LABOR, AND ECONOMIC GROWTH, Office of Audit and Financial Compliance, 9/14/2010

DEPARTMENT OF HUMAN SERVICES, Bureau of Child Welfare, 9/14/2010 Interagency and Community Services, 9/14/2010

DEPARTMENT OF NATURAL RESOURCES AND ENVIRONMENT, Office of Criminal Investigations, 9/14/2010 Office of Pollution Prevention and Compliance Assistance, 9/14/2010

DEPARTMENT OF TREASURY, Bureau of Bond Finance –Administration, 9/14/2010 Forms and Document Services, 9/14/2010 Property Services Division, 9/14/2010

Mr. Hank moved that the retention and disposal schedules be approved and adopted. The motion was supported by Ms. MacDowell and unanimously approved.

7. REPORTS AND RECOMMENDATIONS OF COMMITTEES: (Please see the following pages) APPROVED September 14, 2010

Michigan State Administrative Board

COMMITTEE REPORT TO THE STATE ADMINISTRATIVE BOARD ______

The Honorable Jennifer M. Granholm, Governor and Members of the State Administrative Board

A regular meeting of the Building Committee was held at 11:00 a.m. on September 7, 2010. Those present being:

Chairperson: Mary G. MacDowell, representing Approved ______State Treasurer Kleine

Member: Katelyn Carey, representing Approved ______Lt. Governor Cherry

Member: Steven Liedel, representing Approved ______Governor Granholm

Others: Socorro Guerrero, Iris Lopez, Department of Attorney General; Sherry Bond, James Burris, Sergio Paneque, Janet Rouse, Department of Technology, Management and Budget; Jana Harding Bishop, Sharon Maynard, Rhonda Oyer-Zimmerman, Department of Natural Resources and Environment; John Milkovich ______

The Building Committee regular agenda and Recovery Act Funds agenda were presented.

Following discussion, Mr. Liedel moved that the regular agenda and Recovery Act Funds agendas be recommended to the State Administrative Board for approval. Supported by Ms. Carey, the motion was unanimously adopted.

Ms. MacDowell adjourned the meeting. 9/03/10 3:00 Final

A G E N D A BUILDING COMMITTEE / STATE ADMINISTRATIVE BOARD September 7, 2010 / September 14, 2010 11:00 A.M. Lake Superior Room 1st Floor Michigan Library and Historical Center

...... This agenda is for general informational purposes only. At its discretion, the Building Committee may revise this agenda and may take up other issues at the meeting.

Approval of the items on this agenda authorizing expenditures in the fiscal year beginning October 1, 2010 and ending on September 30, 2011 are contingent upon the enactment of appropriations for the fiscal year beginning October 1, 2010 and ending on September 30, 2011.

AWARD OF CONSTRUCTION CONTRACTS

1. DEPARTMENT OF MILITARY AND VETERANS AFFAIRS, AUGUSTA – Fort Custer Training Center – Renovate Building #2724 File No. 511/10322.AGY - Index No. 22000 Low Responsive Bidder: Robbert Construction, Inc., Lakeview; $274,900.00

Purpose/Business Case The purpose of this contract is to renovate the existing wood structure including windows, siding, mechanical, plumbing, electrical, finishes, and all related work. This work will bring the building up to current codes/standards and reduce operating and maintenance costs. Benefit The State will benefit by extending the useful life of this facility. Funding 100% Federal Funds Commitment The contract cost is fixed based on competitive bids. The amount of the contract is within the authorized budget. Risk Failure to approve this contract will result in continued deterioration of the building and continued high operating and maintenance costs. Zip Code 49012

2. DEPARTMENT OF MILITARY AND VETERANS AFFAIRS, GRAYLING – Camp Grayling Annual Training Camp – New Dining Facility File No. 511/10350.CAK - Index No. 21000 Low Responsive Bidder: Ripman Construction Company, Inc., St. Helen; $1,872,066.00

1 9/03/10 3:00 Final

Purpose/Business Case The purpose of this contract is to construct a new dining facility, food storage and preparation kitchen at Camp Grayling Annual Training Site. Benefit The State will benefit by providing the military with a new dining facility to support approximately 400 Michigan Army National Guard personnel. Funding 100% Federal Funds Commitment The contract cost is fixed based on competitive bids. The amount of the contract is within the authorized budget. Risk Failure to approve this contract will result in the continued use of existing undersized and inefficient facilities. Zip Code 49738

3. DEPARTMENT OF STATE POLICE, LASALLE TOWNSHIP – Monroe Weigh Station – Replace north and south bound weigh in motion system, static deck, and speed limit signs File No. 591/10144.CAK - Index No. 61815 Low Responsive Bidder: Graham Construction, Inc., Saginaw; $957,000.00

Purpose/Business Case The purpose of this contract is to install a weigh in motion system on the north and southbound ramps, replace the southbound static deck, add programmable speed limit signs, and the removal and reconstruction of the adjacent concrete pavement, curb, and sidewalk. Benefit The State will benefit by providing the State Police with a working weigh station to enforce loading limits necessary to extend the life of highways. Funding 100% Trunkline Funds Commitment The contract cost is fixed based on competitive bids. The amount of the contract is within the authorized budget. Risk Failure to approve this contract will result in an antiquated system that does not meet modern standards for high volume application. Zip Code 48145

4. DEPARTMENT OF MILITARY AND VETERANS AFFAIRS, LANSING – Joint Forces Reserve Center – New Cold Storage Building File No. 511/10333.RAN - Index No. 13957 & 13757 Low Responsive Bidder: Bender & Posciask Construction, Inc., Tecumseh; $441,100.00

2 9/03/10 3:00 Final

Purpose/Business Case The purpose of this contract is to construct a new cold storage building for housing maintenance equipment and for storage of ice-melting salt. This project will allow maintenance equipment to be stored out of the elements as well as bulk purchasing of salt. Benefit The State will benefit by extending the useful life of the maintenance equipment and purchase salt at a lower bulk rate. Funding 75% Federal Special Maintenance Funds 25% State Special Maintenance Funds Commitment The contract cost is fixed based on competitive bids. The amount of the contract is within the authorized budget. Risk Failure to approve this contract will result in the reduced life of maintenance equipment and increased costs for salt. Zip Code 48906

5. DEPARTMENT OF MILITARY AND VETERANS AFFAIRS, GRAYLING – Camp Grayling Annual Training Center – New Roof and Exterior Insulation System on Building #560 File No. 511/10321.RAN - Index No. 21000 Low Responsive Bidder: Ripman Construction Co., Inc., St. Helen; $739,956.00

Purpose/Business Case The purpose of this contract is to replace the roof and install exterior insulation. The existing building is not energy efficient. The existing roof is beyond its useful life and requires costly maintenance. Benefit The State will benefit by reduced energy costs and maintenance. Funding 100% Federal Funds Commitment The contract cost is fixed based on competitive bids. The amount of the contract is within the authorized budget. Risk Failure to approve this contract will result in potential water damage to the building and its contents as well as higher than normal maintenance and energy costs. Zip Code 49738

6. DEPARTMENT OF NATURAL RESOURCES AND ENVIRONMENT, BEULAH – Platte River State Fish Hatchery – Pond Dredging File No. 751/10155.JAG - Index No. 83510 Low Responsive Bidder: BioTech Agronomics, Inc., Beulah; $429,034.00

3 9/03/10 3:00 Final

Purpose/Business Case The purpose of this contract is to provide for dredging of the existing fish waste settling pond. This work is required to remain in compliance with a court ordered restriction on the allowable amount of phosphorus discharged from the hatchery into the Platte River. Benefit The State will benefit by complying with the court order that is intended to protect the quality of the Platte River and Platte Lake. Funding 75% Federal Funds 25% Game and Fish Funds Commitment The contract cost is fixed based on competitive bids. The amount of the contract is within the authorized budget. Risk Failure to approve this contract will result in environmental damage to the Platte River and Platte Lake invoking very expensive fines per the court order. Zip Code 49617

REVISIONS TO CONSTRUCTION CONTRACTS

7. DEPARTMENT OF NATURAL RESOURCES AND ENVIRONMENT, GRAND LEDGE – Bob's Marathon Site – Source Area Remediation Project File No. 761/98384.AGY - Index No. 44801 Great Lakes Carbon Treatment, Inc., Kalkaska; CCO No. 10, Incr., $13,599.02

Purpose/Business Case The purpose of this change order is to provide mothballing of the groundwater plume intercepter subsystem (GISS) and the Potable Water Pre-Treatment Sub-System (PWPSS). The contractor will perform carbon removal and disposal, disinfection of piping, cutting and capping of pipelines, and cleaning of the treatment building. The remediation system has operated at the site for many years, and the project has reached a long-term groundwater monitoring stage. Benefit The State will benefit by implementing cost cutting measures through mothballing the subsystems. Funding 100% Refined Petroleum Fund (RPF) Commitment The change order costs are fixed actual costs provided by the construction contractor in response to a bulletin provided by the PSC. The amount of the contract is within the authorized budget. Risk Failure to approve this change order will result in not mothballing the subsystems thereby achieving no cost savings. Zip Code 48837

4 9/03/10 3:00 Final

8. DEPARTMENT OF NATURAL RESOURCES AND ENVIRONMENT, MCMILLAN – C & V Grocery Site – Operation and Maintenance of Soil Vapor Extraction System File No. 761/08164.RRD - Index No. 44251 Great Lakes Carbon Treatment, Inc., Kalkaska; CCO No. 2, Incr. $110,000.00

Purpose/Business Case The purpose of this change order is to extend the contract completion date to November 1, 2011, a total of 365 calendar days. The extention is needed to operate and maintain the remediation system. This site is contaminated and requires more cleanup activities. It’s anticipated the treatment system will continue to operate until the soil and groundwater meet cleanup standards. Benefit The State will benefit by continuing to provide operation and maintenance services of the remediation system to comply with environmental regulations and abate the environmental hazard. Funding 100% Refined Petroleum Fund (RPF) Commitment The change order costs are fixed actual costs provided by the construction contractor in response to a bulletin provided by the PSC. The amount of the contract is within the authorized budget. Risk Failure to approve this change order will result in shutting down the remediation system and risk violating environmental regulations. Zip Code 49853

ADDENDUM TO LEASE FOR PRIVATE PROPERTY

9. DEPARTMENT OF HUMAN SERVICES, GRAND RAPIDS - Addendum #1 to Lease #11110 approved by the State Administrative Board on January 16, 2007, between The County of Kent, a Michigan Municipal Corporation, County Administration Building, 300 Monroe NW, Grand Rapids, MI 49503, as Lessor, and the State of Michigan by the Department of Technology, Management & Budget for the Department of Human Services, as Lessee, for 107,925 square feet of space located at 121 Franklin Street SE, Grand Rapids, MI 49507. This Addendum provides for increasing the square footage by 6,560 square feet, increasing the number of parking spaces, and adjusting the rental rates to correspond with the revised Bond debt service schedule. This Addendum is effective upon obtaining State Administrative Board approval and required signatures and continues to the termination date of the Lease, or any extension. The annual per square foot rental rate for this space is $15.96 ($143,540 per month). This Lease contains two five-year renewal options with an annual per square foot rental rate that will be a continuation of the variable operating expenses that are in effect during the last year of the initial term of possession with the continuation of the annual adjustment provision. This Lease contains a Legislative Restrictive cancellation clause for the 20-year initial term requiring 5 9/03/10 3:00 Final

written notice upon Legislative action that prohibits paying rent. The renewal options have a standard cancellation clause requiring 180-days notice. The Attorney General has approved this Addendum as to legal form. The Joint Capital Outlay Subcommittee approved this Lease on November 30, 2006.

Purpose/Business Case This Addendum increases the square footage by 6,560 square feet, increases the number of parking spaces, and adjusts the rental rates to correspond with the revised Bond debt service schedule. The net effect of these changes maintains the current rental rate. Benefit This Addendum provides technical adjustments to the lease terms, revises the method of payment for utilities and adjusts the rental rate to correspond with the bond schedule, as well as providing additional parking for clientele and staff. Funding 32.7% General Fund 67.3% Federal Funds Commitment Twenty years with two five year renewal options; however, this Lease contains a Legislative Restrictive cancellation clause during the initial twenty year term. Risk Non-approval of this Addendum will hinder the Department from obtaining much needed parking and solidifying various agreed upon lease terms. Zip Code 49507

10. DEPARTMENT OF ATTORNEY GENERAL, EAST LANSING - Addendum #2 to Lease #10911 approved by the State Administrative Board on June 5, 2001, between Louis J. Eyde Limited Family Partnership, and the George F. Eyde Limited Family Partnership, Tenants in Common, 4660 South Hagadorn Road, Suite 660, East Lansing, MI 48823, as Lessor, and the State of Michigan by the Department of Technology, Management and Budget for the Department of Attorney General, as Lessee, for 21,012 square feet of space located at 2860 Eyde Parkway Office Park, East Lansing, MI 48823. This Addendum provides for extending the lease at a reduced rate, technical revisions and Lessor improvements. This Addendum is effective upon obtaining State Administrative Board approval and required signatures and continues to the termination date of the Lease, or any extension. The annual per square foot rental rate for this space beginning June 1, 2010, or upon substantial completion, is $16.95 ($29,679 per month). This Lease contains a Standard cancellation clause with 90-days notice. The Attorney General has approved this Addendum as to legal form.

Purpose/Business Case This Addendum allows the Department to remain in this location at a reduced rental rate with Lessor improvements, as requested by the Department, provided at no additional cost to the State.

6 9/03/10 3:00 Final

Benefit This Addendum extends the lease with a rental savings of 30% and allows the Lessor to renovate the space to meet Department needs. This location continues to meet the Department’s program needs. The rental rate is within the market rate. Funding 75% Federal Funds 25% General Fund Commitment Five years; however, this Lease contains a Standard cancellation clause with 90-days notice. Risk Non-approval of this Addendum will hinder the Department from continuing to provide uninterrupted service and could possibly bring about increased costs if they were forced to relocate. Zip Code 48823

11. DEPARTMENT OF CORRECTIONS, - Addendum #3 to Lease #10965 approved by the State Administrative Board on February 19, 2002, between The Realty Company, a Michigan Corporation, 2411 Vinewood, Detroit, MI 48216, as Lessor, and the State of Michigan by the Department of Technology, Management and Budget for the Department of Corrections, as Lessee, for 38,494 square feet of space located at 5300 Lawton, Detroit, MI 48208. This Addendum provides for extending the lease, reducing the rental rate, adding 5,000 square feet (2,280 square feet is unheated garage space) and Lessor improvements. This Addendum is effective upon obtaining State Administrative Board approval and required signatures and continues to the termination date of the Lease, or any extension. The annual per square foot rental rate for this space beginning July 1, 2010, is $16.79 for the office space and $5.00 for the garage space ($50,658 per month for the office space and $950 per month for the garage space). This Lease contains an Executive New cancellation clause with 180-days notice. The Attorney General has approved this Addendum as to legal form. The Lease meets the criteria requiring approval of the Joint Capital Outlay Subcommittee of the Legislature. The Subcommittee approved this Lease on October 31, 2001.

Purpose/Business Case This Addendum allows the Department to remain in this location with additional space at a reduced rental rate and Lessor improvements, as requested by the Department, provided at no additional cost to the State. Benefit This Addendum extends the lease with a rental savings of 5% and allows the Lessor to renovate the space to meet Department needs due to increased caseload. This location continues to meet the Department’s program needs. The rental rate is within the market rate. Funding 100% General Fund

7 9/03/10 3:00 Final

Commitment Thirteen years; however, this Lease contains an Executive New cancellation clause with 180-days notice. Effective September 2018, the cancellation clause changes to a Standard with a 90-days notice. Risk Non-approval of this Addendum will hinder the Department from continuing to provide uninterrupted service and could possibly bring about increased costs if they were forced to relocate. Zip Code 48208

12. DEPARTMENT OF ENERGY, LABOR AND ECONOMIC GROWTH, PORT HURON - Addendum #1 to Lease #4946 approved by the State Administrative Board on July 19, 2005, between the City of Port Huron, a Municipal Corporation, 100 McMorran Boulevard, Port Huron, MI 48060, as Lessor, and the State of Michigan by the Department of Technology, Management and Budget for the Department of Energy, Labor and Economic Growth, as Lessee, for 4,242 square feet of space located at the Municipal Office Center, 100 McMorran Boulevard, Port Huron, MI 48060. This Addendum provides for extending the lease, adding a renewal option and technical revisions. This Addendum is effective upon obtaining State Administrative Board approval and required signatures and continues to the termination date of the Lease, or any extension. The annual per square foot rental rate for this space beginning September 1, 2010, is $18.13 ($6,409 per month) which continues through the renewal option. This Lease contains a Standard cancellation clause with 60-days notice. The Attorney General has approved this Addendum as to legal form.

Purpose/Business Case This Addendum extends the lease and adds a renewal option. The Department has been at this location since 1970, with the City of Port Huron, and the space continues to meet the operational needs of the Michigan Rehabilitation Services Unit. Benefit This Addendum will allow the Department to remain at the current location and avoid relocation costs. The rental rate remains the same through 2020. The rental rate is within the current market rate. Funding 100% Federal Funds Commitment Five years with one five-year renewal option; however, this Lease contains a Standard cancellation clause with 60-days notice. Risk Non-approval of this Addendum will hinder the Department from continuing to provide uninterrupted service and could possibly bring about increased costs if they were forced to relocate. Zip Code 48060

8 9/03/10 3:00 Final

13. DEPARTMENT OF ENERGY, LABOR AND ECONOMIC GROWTH, KALAMAZOO - Addendum #2 to Lease #10810 approved by the State Administrative Board on July 18, 2000, Item #4, between Westpointe Development, L.C.C., a Michigan Limited Liability Company, 2221 Health Drive SW, Wyoming, MI 49519, as Lessor, and the State of Michigan by the Department of Technology, Management and Budget for the Department of Energy, Labor and Economic Growth, as Lessee, for 4,001 square feet of space located at 940 North 10th Street, Kalamazoo, MI 49001. This Addendum provides for subtracting 620 square feet for a new total of 4,001 square feet and decreases the rental rates accordingly. This Addendum is effective upon obtaining State Administrative Board approval and required signatures and continues to the termination date of the Lease, or any extension. The annual per square foot rental rate for this space beginning August 1, 2010 is 17.60 ($5,868 per month). This Lease contains one five-year renewal option with an annual per square foot rental rate of $17.60 ($5,868 per month). This Lease contains a Standard cancellation clause with 60-days notice. The Attorney General has approved this Addendum as to legal form.

Purpose/Business Case The purpose of this Addendum is to reduce the total square footage leased to the Department by 620 square feet. Benefit A reduction of the square footage will allow for a Lease savings of $54,560 over the remainder of the Lease term as well as do away with extra space the Department does not currently need. The rental rate is within the current market rate for comparable space. Funding 100% Federal Funds Commitment Five years; however, this Lease contains a Standard cancellation clause with 60-days notice. Risk Non-approval of this Addendum will hinder the Department from obtaining a cost savings for returning underutilized space to the Lessor. Zip Code 49001

14. DEPARTMENT OF STATE, ALPENA - Addendum #1 to Lease #10096 approved by the State Administrative Board on May 4, 2010, Item #7, between Bear Pointe Ventures, LLC, a Limited Liability Company, 15851 South US-27, Suite 71, Lansing, MI 48906, as Lessor, and the State of Michigan by the Department of Technology, Management and Budget for the Department of State, as Lessee, for 1,974 square feet of space located at 2666 South US-23, Alpena, MI 49707. This Addendum provides for assigning service obligations to the Lessor, changing the obligations of the Lessee, and adding common area maintenance charges to the rental rate. This Addendum is effective upon obtaining State Administrative Board approval and required signatures and continues to the termination date of the Lease, or any extension. The annual per square foot 9 9/03/10 3:00 Final

rental rate for this space beginning May 1, 2010, is $10.00 ($1,645 per month). Effective May 15, 2015, the annual per square foot rental rate for this space increases 19% to $10.75 ($1,768 per month). This Lease contains one five-year renewal option with an annual per square foot rental rate of $11.81 ($1,944 per month). This Lease contains a Standard cancellation clause with 90-days notice. The Attorney General has approved this Addendum as to legal form.

Purpose/Business Case The Department has utilized this space since 1994 and it continues to meet program needs. This Addendum provides for the Lessor to be responsible for the CAM charges and service obligations. Benefit Renewal of Lease allows the Department to remain at the current location and avoid relocations costs. The rental rate is within the market rate. Funding 66.1% Restricted Funds (56.4% Transportation Administration Collection Fund; 34.1% Driver Fees; 4.1% Parking Ticket Court Fines; 1.2% Auto Repair Facilities Fees; 0.3% Expedient Service Fees) 3.9% General Fund Commitment Ten years with one five-year renewal option; however, this Lease contains a Standard cancellation clause with 90-days notice. Risk Non-approval of this Addendum will hinder the Department from continuing to provide uninterrupted service and could possibly bring about increased costs if they are required to relocate. Zip Code 49707

LEASE FOR PRIVATE PROPERTY

15. DEPARTMENT OF HUMAN SERVICES, ST. JOHNS - New Lease #11435 with TOLLES DHS, LLC, a Michigan Limited Liability Company, 5000 East Airport Rd, Mt. Pleasant, MI 48858, as Lessor, and the State of Michigan by the Department of Technology, Management and Budget for the Department of Human Services, as Lessee, for 16,640 square feet of office space located at 105 W. Tolles, St. Johns, MI 48879. The Lease is effective upon obtaining State Administrative Board approval and required signatures. The annual per square foot rental rate for this space beginning January 1, 2011, or upon substantial completion, is $22.35 ($30,992 per month). Effective January 1, 2016 the annual per square foot rental rate for this space will be $22.70 ($31,477 per month). Effective January 1, 2021 the annual per square foot rental rate for this space will be $23.00 ($31,893 per month). There will be no rental payments during the following months; January 2026, January 2027, January 2028, January 2029 and January 2030. Effective February 1, 2026 the annual per square foot rental rate for this space will be $23.30 ($32,309 per month). This rate does not include utilities. This Lease contains two five-year renewal options with an annual per 10 9/03/10 3:00 Final

square foot rental rate of $30.35 ($42,085 per month). This Lease contains an Executive New cancellation clause with 90-days notice. The Attorney General has approved this Lease as to legal form.

Purpose/Business Case The purpose of this new Lease is to provide the Department of Human Services with a new, larger location. The number of staff has increased and there is overcrowding in the current space. Benefit The benefit is a larger office that will provide customers and employees with an improved office environment to better conduct transactions. The rental rate is within the current market rate for comparable space. Funding 55% General Fund 45% Federal Funds Commitment Twenty year lease with two 5-year options; however, this Lease contains an Executive New cancellation clause with 90-days notice. Risk Non-approval of this Lease will hinder the Department from providing quality customer service because the current location fails to meet their operational needs. Zip Code 48879

16. DEPARTMENT OF ENERGY, LABOR AND ECONOMIC GROWTH, SAGINAW - Renewal of Lease #7415 with Park-West Properties, L.L.C., a Limited Liability Company, 6020 West Maple Rd. Suite 503, West Bloomfield, MI 48322, as Lessor, and the State of Michigan by the Department of Technology, Management and Budget for the Department of Energy, Labor and Economic Growth, as Lessee, for 18,200 square feet of office space located at 614 Johnson Street, Saginaw, MI 48607. The Lease is effective upon obtaining State Administrative Board approval and required signatures. The annual per square foot rental rate for this space beginning December 1, 2010, or upon substantial completion, is $12.55 ($19,034 per month). This rate does not include utilities, janitorial services, and replacement of tubes. This Lease contains one two-year renewal option with an annual per square foot rental rate of $12.55 ($19,034 per month). This Lease contains a Standard cancellation clause with 90-days notice. The Attorney General has approved this Lease as to legal form.

Purpose/Business Case This is a renewal of a lease at an existing location. DELEG has occupied this space since December 1989 and Unemployment Insurance Agency (UIA) leases the building. They house Problem Resolutions Office (PRO) and RICC, which is a call center, in this space as well. In addition, Michigan Rehabilitation Services (MRS), Labor Market Initiative, State Office of Administrative Hearing and Rules, Bureau of Workforce Transformation, the Arnold Center and Great Lakes Bay Michigan Works all sublease space from UIA. The Lessor has agreed to make some necessary tenant improvements to the space in order to improve the conditions of the building. 11 9/03/10 3:00 Final

Benefit UIA is able to house the current agencies in the building and sublease to several other groups. Relocating could cause a disruption in services for all of these agencies. The rental rate is within market for comparable space. Funding 100% Federal Funds Commitment Two year lease with one two-year option; however, this Lease contains a Standard cancellation clause with 90-days notice. Risk Non-approval of this Lease will hinder the Department from renewing at the current location and cause an interuption in service. Zip Code 48607

SUB LEASE FOR STATE LEASED PROPERTY

17. DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET, LANSING – Renewal of Sub-Lease #7305 with Lake Trust Credit Union, a Michigan Corporation, 501 South Capitol Avenue, Lansing, MI 48933, as Sub-Lessee, and the State of Michigan by the Department of Technology, Management and Budget as Sub-Lessor, for 40 square feet of ATM space located at 400 South Pine Street, Lansing, Michigan 48933. The annual rental rate for this Sub-Lease is $924 ($77 per month). This Sub-Lease contains an Either Party cancellation clause with 90-days notice. The Attorney General has approved this Sub-Lease as to legal form.

Purpose/Business Case This Sub-Lease provides space for an automatic teller machine (ATM) in a key state- leased office building. Benefit This Sub-Lease allows convenient access to basic banking services for state employees and visitors to the Capitol Commons Center office building while earning sub-lease income revenue for the State. Funding Income to the State Commitment Five years; however, this Sub-Lease contains an Either Party cancellation clause with 90-days notice. Risk Non-approval of this Sub-Lease will hinder the Department from providing state employees and visitors to the Capitol Commons Center office building with convenient access to basic banking services and would also preclude the State from earning the associated sub-lease income. Zip Code 48933

12 9/03/10 3:00 Final

CONTRACT CHANGE ORDER

18. DEPARTMENT OF COMMUNITY HEALTH, LANSING - CCO #20 for Lease #11169 approved by the State Administrative Board on December 8, 2005, between Heart of The City Associates, as Lessor, and the State of Michigan by the Department of Technology, Management and Budget for the Department of Energy, Labor and Economic Growth, as Lessee. This CCO provides for redesigning two work station cubicles and adding and reinstalling power and data cabling and surge protectors, as requested by the Department of Community Health at a cost not-to-exceed $883. The space is located at 400 S. Pine St., Lansing, MI 48933.

Purpose/Business Case The purpose of this CCO is to redesign two cubical work stations into multiple person work stations and to reinstall and add the necessary electrical wiring, data cabling and surge protectors to power essential office equipment. Benefit This CCO allows for increasing the number of work stations available to house additional staff and to provide for adequate electrical power for essential office equipment. Funding 50% General Fund 50% Federal Funds Commitment Present through June 30, 2029; however, this Lease contains an Executive Legislative cancellation clause with 60-days notice. Risk Non-approval of this CCO will hinder the Department from providing adequate, functional work stations for five new staff members which would cause a negative financial impact to the State if this program is unable to perform their duties in a timely manner. Zip Code 48933

CONVEYANCE OF SURPLUS STATE REAL PROPERTY

19. THE DEPARTMENTS OF TECHNOLOGY, MANAGEMENT AND BUDGET (DTMB) AND HUMAN SERVICES (DHS), recommend the conveyance of surplus state real property described below, located in Detroit, Michigan (the “Property”) to the County of Wayne (Purchaser) for consideration of One Dollar ($1.00). The Department of the Attorney General has approved the quitclaim deed as to legal form.

Legislative Background 2010 Public Act 104 (the “Act”) authorizes the State Administrative Board to convey the following property, located in the City of Detroit, County of Wayne, Michigan, containing 1.33+/- acres, more or less, and more particularly described as follows

13 9/03/10 3:00 Final

Lots 113 to 119, inclusive; Lots 190 to 197, inclusive; and the East 10 feet of Lot 198, Lewis and Crofoot’s Subdivision No. 4 on East ½ of ¼ Section 29, in Ten Thousand Acre Tract, Greenfield, T1S, R11E, Wayne County, Michigan, as recorded in Liber 26, Page 84 of Plats, Wayne County Records.

The property description is approximate and is subject to adjustment as the State Administrative Board or Attorney General considers necessary by survey or other legal description. The conveyance includes a 25,000 SF building and all surplus, salvage, and scrap property or equipment not identified by DHS as of the date of the Act.

Section 6 of the Act requires that the Property be first offered to "the county of Wayne, or an entity formed by the county of Wayne".

The state will not retain oil, gas, or mineral rights to the Property; however, if the purchaser or any grantee or any successor develops any oil, gas, or minerals, they shall pay the state 1/2 of the gross revenue generated from the development. The net revenue received from the sale of the Property must be distributed as follows: 100% General Fund.

Purpose/Business Case The conveyance satisfies the criteria set forth in 2010 P.A. 104. That Act authorizes the conveyance of property commonly known as the Dexter-Elmhurst Community Center located at 11825 Dexter Avenue in Detroit, Michigan. The property contains a 25,000+/- SF building on a 1.33+/- acre parcel. Benefit This conveyance allows the State to end its ownership obligations for the subject surplus property while providing an opportunity for the important community services provided at the Dexter-Elmhurst Center to continue to be provided there. Funding/Commitment N/A Risk Failure to approve this sale would preclude the opportunity for the State to end its ownership obligations for the subject surplus property. Zip Code 48206

MPSCS LICENSE

20. The Department of Technology, Management, and Budget (DTMB), for the Michigan Public Safety Communications System (MPSCS), recommends that the State Administrative Board, under authority of the Management and Budget Act, 1984 PA 431, MCL 18.1221, grant three non-member revocable licenses (Licenses) to the United States Coast Guard (USCG), for the installation, operation, and maintenance of USCG Rescue 21 system communications equipment on MPSCS Tower Sites: 6604, 7103, and 8801, located in Mason County, Leelanau County, and Houghton County, respectively, and in accordance with the terms of the MPSCS Non-Member Revocable License Agreements between the parties. 14 9/03/10 3:00 Final

Purpose/Business Case The Licenses permit the USCG to install its 21 Project system communications equipment on MPSCS Tower Sites: 6604, 7103, and 8801. The USCG Rescue 21 communications system will improve the ability of the USCG to assist mariners in distress and save lives as well as heighten the USCG homeland security posture. Benefit The MPSCS permits non-members to co-locate on MPSCS communication towers to promote expanded MPSCS participation, increase interoperability, and enhance communications public safety communications. Additionally, State mariners will benefit from the USCG enhanced rescue system. Funding N/A Commitment N/A Risk Non-approval of these Licenses will prevent the USCG from implementing its Rescue 21 system and prevent Michigan mariners from getting the benefit of USCG's enhanced rescue capabilities. Zip Codes Site 6604-49431 Site 7103-49630 Site 8801-49965

15 9/03/10 3:00 Final

RECOVERY ACT FUNDS AGENDA BUILDING COMMITTEE / STATE ADMINISTRATIVE BOARD September 7, 2010 / September 14, 2010 11:00 A.M. Lake Superior Room 1st Floor Michigan Library and Historical Center

...... This agenda is for general informational purposes only. At its discretion, the Building Committee may revise this agenda and may take up other issues at the meeting.

Approval of the items on this agenda authorizing expenditures in the fiscal year beginning October 1, 2010 and ending on September 30, 2011 are contingent upon the enactment of appropriations for the fiscal year beginning October 1, 2010 and ending on September 30, 2011.

REVISIONS TO CONSTRUCTION CONTRACTS

1. DEPARTMENT OF ENERGY, LABOR AND ECONOMIC GROWTH, VARIOUS LOCATIONS – Demolition of Michigan Land Bank Fast Track Authority (MLBFTA) Properties – Demolition of MLBFTA Properties File No. 641/09317.IJH - Index No. 07204 Adamo Demolition Company, Detroit; CCO No. 4, Incr. $40,000.00

Purpose/Business Case The purpose of this change order is to allow the abatement and removal of asbestos and other hazardous materials from several houses being demolished, and include the replacement of sidewalk and street curbing. The quantities of asbestos and other hazardous materials actually removed exceeded the amounts found during pre- demolition inspection of the houses. As part of the site restoration the contractor is required to remove driveways and replace them with street curbs, as well as replace unsafe areas of sidewalks. This concrete work quantity was unit-priced and this change order will provide the funding for the actual quantities found. Benefit The State will benefit by the lawful removal of asbestos and other hazardous materials from blighted structures that must be demolished to promote public health and safety. Replacement of sidewalks allows safer foot travel through the neighborhoods and installation of street curbs impedes illegal dumping on the cleared sites. Funding 100% Federal Neighborhood Stabilization Funds Commitment The change order costs are fixed actual costs provided by the construction contractor as unit prices as part of the original bidding. The amount of the contract is within the authorized budget.

1 9/03/10 3:00 Final

Risk Failure to approve this change order will result in the State of Michigan not compensating the contractor for work required to comply with state and federal environmental regulations. Zip Code Various

2. DEPARTMENT OF ENERGY, LABOR AND ECONOMIC GROWTH, VARIOUS LOCATIONS – Demolition of Michigan Land Bank Fast Track Authority (MLBFTA) Properties – Demolition of MLBFTA Properties File No. 641/09317.IJH - Index No. 07204 Blue Star, Inc., Warren; CCO No. 1, Incr. $428,600.00

Purpose/Business Case The purpose of this change order is to add the demolition of additional abandoned and blighted residential properties owned by the Michigan Land Bank Fast Track Authority. These properties are unfit for habitation, and demolition will improve public safety and allow the land to be returned to the tax rolls through the efforts of the MLBFTA. The change order also allows for compensation for removal of hazardous materials, additional debris, and replacement of sidewalks, at unit prices obtained during the original bidding. Benefit The State will benefit by removing additional blighted structures from state-owned, tax- reverted lands in residential neighborhoods. These removals will improve public safety and the quality of life in these neighborhoods. Funding 100% Federal Neighborhood Stabilization Funds Commitment The change order costs are fixed actual costs provided by the construction contractor as unit prices as part of the original bidding. The amount of the contract is within the authorized budget. Risk Failure to approve this change order result in the loss of Federal funds made available to the MLBFTA for demolition of blighted properties, and the retention of blighted residential State-owned properties. Zip Code Various

3. DEPARTMENT OF ENERGY, LABOR AND ECONOMIC GROWTH, VARIOUS LOCATIONS – Demolition of Michigan Land Bank Fast Track Authority (MLBFTA) Properties – Demolition of MLBFTA Properties File No. 641/09317.IJH - Index No. 07204 Detroit Dismantling Corporation, Detroit; CCO No. 1, Incr. $185,600.00

Purpose/Business Case The purpose of this change order is to add the demolition of additional abandoned and blighted residential properties owned by the Michigan Land Bank Fast Track Authority. 2 9/03/10 3:00 Final

These properties are unfit for habitation, and demolition will improve public safety and allow the land to be returned to the tax rolls through the efforts of the MLBFTA. The change order also allows for compensation.for removal of hazardous materials, additional debris, and replacement of sidewalks, at unit prices obtained during the original bidding. Benefit The State will benefit by removing additional blighted structures from state-owned, tax- reverted lands in residential neighborhoods. These removals will improve public safety and the quality of life in these neighborhoods. Funding 100% Federal Neighborhood Stabilization Funds Commitment The change order costs are fixed actual costs provided by the construction contractor as unit prices as part of the original bidding. The amount of the contract is within the authorized budget. Risk Failure to approve this change order will result in the loss of Federal funds made available to the MLBFTA for demolition of blighted properties, and the retention of blighted residential State-owned properties. Zip Code Various

4. DEPARTMENT OF ENERGY, LABOR AND ECONOMIC GROWTH, VARIOUS LOCATIONS – Demolition of Michigan Land Bank Fast Track Authority (MLBFTA) Properties – Demolition of MLBFTA Properties File No. 641/09317.IJH - Index No. 07204 Farrow Group, Inc., Detroit; CCO No. 1, Incr. $165,840.00

Purpose/Business Case The purpose of this change order is to add the demolition of additional abandoned and blighted residential properties owned by the Michigan Land Bank Fast Track Authority. These properties are unfit for habitation, and demolition will improve public safety and allow the land to be returned to the tax rolls through the efforts of the MLBFTA. The change order also allows for compensation.for removal of hazardous materials, additional debris, and replacement of sidewalks, at unit prices obtained during the original bidding. Benefit The State will benefit by removing additional blighted structures from state-owned, tax- reverted lands in residential neighborhoods. These removals will improve public safety and the quality of life in these neighborhoods. Funding 100% Federal Neighborhood Stabilization Funds Commitment The change order costs are fixed actual costs provided by the construction contractor as unit prices as part of the original bidding. The amount of the contract is within the authorized budget.

3 9/03/10 3:00 Final

Risk Failure to approve this change order will result in the loss of Federal funds made available to the MLBFTA for demolition of blighted properties, and the retention of blighted residential State-owned properties. Zip Code Various

4

------

Ms. MacDowell presented the Building Committee Report for the regular meeting of September 7, 2010. After review of the foregoing Building Committee Report, Ms. MacDowell moved that the Report covering the regular meeting of September 7, 2010, be approved and adopted. The motion was supported by Mr. DeBano and unanimously approved. APPROVED September 14, 2010

Michigan State Administrative Board

COMMITTEE REPORT TO THE STATE ADMINISTRATIVE BOARD ______

The Honorable Jennifer M. Granholm, Governor and Members of the State Administrative Board

A regular meeting of the Finance and Claims Committee was held at 11:00 a.m. on September 7, 2010. Those present being:

Chairperson: Mary G. MacDowell, representing Approved ______State Treasurer Kleine

Member: Steven Liedel, representing Approved ______Governor Granholm

Member: Iris Lopez, representing Approved ______Attorney General Cox

Others: Socorro Guerrero, Department of Attorney General; Sherry Bond, James Burris, Sergio Paneque, Janet Rouse, Department of Technology, Management and Budget; Jana Harding Bishop, Sharon Maynard, Rhonda Oyer-Zimmerman, Department of Natural Resources and Environment; John Milkovich, Mt. Clemens Marine ______

The Finance and Claims Committee regular agenda, supplemental agenda, and Recovery Act Funds agenda were presented.

Mr. John Milkovich of Mt. Clemens Marine addressed the committee regarding Item 30(5), the Department of Natural Resources and Environment’s contract award for Great Lakes Patrol Boats.

Following discussion, Ms. Lopez moved that the regular agenda, supplemental agenda, and Recovery Act Funds agenda be recommended to the State Administrative Board for approval with the following:

1. Items 1(1) and 1(2) of the regular agenda withdrawn by the agency; 2. Items 1(3) and 1(4) of the regular agenda contingent upon the award amount in the agenda write ups and the bid tabs being revised proportionate to the shortened contract period; 3. Items 8(1) and 8(2) of the regular agenda contingent upon the agenda write ups being revised to reflect a one-year extension (FY11);

Finance and Claims Committee Report September 7, 2010 Page 2

4. Items 22(1), 22(2), 22(3), and 22(4) of the regular agenda contingent upon the fund name being corrected in the agenda write ups and the Grant Abstracts; and 5. Items 1a(1), 1a(2), 1a(3), and 1a(4) of the Recovery Act Funds agenda contingent upon the bid tabs being revised to add language regarding approval by the Domestic Violence Prevention and Treatment Board.

The motion was supported by Mr. Liedel and unanimously adopted.

Ms. MacDowell adjourned the meeting.

2

A G E N D A 9/7/2010 12:00 version

FINANCE AND CLAIMS COMMITTEE STATE ADMINISTRATIVE BOARD September 7, 2010, 11:00 a.m. September 14, 2010, 11:00 a.m. Lake Superior Room Lake Superior Room 1st Floor, Michigan Library 1st Floor, Michigan Library and Historical Center and Historical Center ......

This agenda is for general informational purposes only. At its discretion the Finance and Claims Committee may revise this agenda and may take up other issues at the meeting.

Approval of the items on this agenda authorizing expenditures in the fiscal year beginning October 1, 2010 and ending on September 30, 2011 are contingent upon the enactment of appropriations for the fiscal year beginning October 1, 2010 and ending on September 30, 2011

SECTION I - AGENCY SUBMITTED – NEW CONTRACTS

1. DEPARTMENT OF ATTORNEY GENERAL

1) Genevieve Tusa NOT TO EXCEED Grosse Pointe, MI $ 30,000.00 Total FY11 34% General Fund 66% Restricted Fund Child Support Collection Fund Legal services for litigation cases relative to the prosecution of felony non- support cases

2) Douglas Walton NOT TO EXCEED Novi, MI $ 30,000.00 Total FY11 34% General Fund 66% Restricted Fund Child Support Collection Fund Legal services for litigation cases relative to the prosecution of felony non- support cases

3) Douglas Baker NOT TO EXCEED Plymouth, MI $ 30,000.00 Total FY11 100% General Fund Legal services for litigation in complex criminal cases

1. DEPARTMENT OF ATTORNEY GENERAL continued

4) Michael J. King NOT TO EXCEED Farmington Hills, MI $ 30,000.00 Total FY11 100% General Fund Legal Services for Litigation in complex criminal cases 2. DEPARTMENT OF CORRECTIONS

1) Huron House, Inc. NOT TO EXCEED Port Huron, MI $ 1,030,500.00 Total FY11-13 100% General Fund Three-year contract to provide residential substance abuse treatment services

2) International Textile Group, $ 330,480.00 Total Inc. FY11 100% Revolving Fund Greensboro, NC Correctional Industries Revolving Fund One-time purchase of black rip- stop fabric for Corrections Officers’ uniforms

3) left blank intentionally

4) Quality Metals, Inc. $ 85,795.00 Total St. Paul, MN FY10 100% Revolving Fund Correctional Industries Revolving Fund One-time purchase of chromated aluminum sheets

5) Majestic Foods, Inc. $ 320,000.00 Total Grayslake, IL FY11 100% Revolving Fund Correctional Industries Revolving Fund One-year purchase order for bulk orange juice

3. DEPARTMENT OF HUMAN SERVICES

1) Adoptive Family Support $ 698,523.00 Total Network FY11-13 100% Federal Fund Grand Rapids, MI Three-year contract for Adoption Permanency Services in Kent County

2

3. DEPARTMENT OF HUMAN SERVICES continued

2) Rhonda Wurtz NOT TO EXCEED Kalkaska, MI $ 36,156.00 Total FY11-13 100% Federal Fund Three-year contract for Parent Aide Services in Antrim and Kalkaska counties

3) Judson Center NOT TO EXCEED Royal Oak, MI $ 328,077.00 Total FY11-13 100% Federal Fund Three-year contract for In-Home Parent Education and Supported Visitation services in Macomb County

4) Lynne Pittman NOT TO EXCEED Skandia, MI $ 74,977.20 Total FY11-13 100% Federal Fund Parent Aide Services in Marquette County

5) Catholic Charities NOT TO EXCEED West Michigan $ 520,063.80 Total Grand Rapids, MI FY1-13 100% Federal Fund Three-year contract for Family Support Services in Ionia and Montcalm counties

6) Stephanie Cleeves NOT TO EXCEED Fairview, MI $ 30,000.00 Total FY11-13 100% Federal Fund Three-year contract for Parent Aide Services in Montmorency and Oscoda counties

3

3. DEPARTMENT OF HUMAN SERVICES continued

7) Community Counseling and NOT TO EXCEED Mentoring Services $ 174,414.00 Total Port Huron, MI FY11-13 100% Federal Fund Three-year contract for Parent Education services in St. Clair County

8) Child and Family Services NOT TO EXCEED of the Upper Peninsula $ 287,811.00 Total Marquette, MI FY11-13 100% Federal Fund Three-year contract for Family Support Services in Iron and Dickinson Counties

9) Family Care Network NOT TO EXCEED Detroit, MI $ 104,949.00 Total FY11-13 100% Federal Fund Three-year contract for Parent Aide Maintenance in Macomb County

10) Lisa M. Kern NOT TO EXCEED Reese, MI $ 105,000.00 Total FY11-13 100% Federal Fund Three-year contract for Life Skills services in Tuscola County

11) Various DDS-Services NOT TO EXCEED (Listing on file) $ 1,415,000.00 Total FY10-11 100% Federal Fund One-year, two week, three day contract for Disability Determination services-Medical Consultant

4

3. DEPARTMENT OF HUMAN SERVICES continued

12) Donald James Aiken, MD NOT TO EXCEED Traverse City, MI $ 69,680.00 Total FY11 100% Federal Fund One-year contract for Disability Determination services

13) Judson Center NOT TO EXCEED Royal Oak, MI $ 635,673.00 Total FY11-13 100% Federal Fund Three-year contract for Family Reunification services in Lenawee County

14) Highfields, Inc. NOT TO EXCEED Onondaga, MI $ 141,048.00 Total FY11-13 100% Federal Fund Three-year contract for Families Together Building Solutions services in Branch County

15) Highfields, Inc. NOT TO EXCEED Onondaga, MI $ 85,497.00 Total FY11-13 100% Federal Fund Three-year contract for Families Together Building Solutions services in Hillsdale

16) Highfields, Inc. NOT TO EXCEED Onondaga, MI $ 290,181.00 Total FY11-13 100% Federal Fund Three-year contract for Families Together Building Solutions services in Ingham County

5

3. DEPARTMENT OF HUMAN SERVICES continued

17) Catholic Charities West NOT TO EXCEED Michigan $ 450,000.00 Total Grand Rapids, MI FY11-13 100% Federal Fund Three-year contract for Families Together Building Solutions in Mecosta and Osceola counties

18) Various PAFC Series $129,130,361.00 Total (Listing on file) FY11-13 34% Federal Fund 66% General Fund Two-year, six month contract for placement agency foster care services

19) Kathy Burlingame NOT TO EXCEED Rhodes, MI $ 47,472.00 Total FY11-13 100% Federal Fund Three-year contract for Parent Aide services in Arenac County

20) Child Abuse Prevention NOT TO EXCEED Council of Barry County $ 40,308.00 Total Hastings, MI FY11-13 100% Federal Fund Three-year contract for Parent Aide services in Barry County

21) Adoption Option, Inc. NOT TO EXCEED Midland, MI $ 98,730.00 Total FY11-13 100% Federal Fund Three-year contract for Support Group Services to Foster & Adoptive Parents; Adoption Advocacy Services

6

3. DEPARTMENT OF HUMAN SERVICES continued

22) Larry Thurston NOT TO EXCEED Petoskey, MI $ 78,273.60 Total FY11-13 100% Federal Fund Three-year contract for Parent Aide services in Charlevoix County

23) Child and Family Services NOT TO EXCEED of the Upper Peninsula, $ 170,244.00 Total Inc. FY11-13 100% Federal Fund Marquette, MI Three-year contract for “From Decisions to Actions” services in Chippewa County

24) District NOT TO EXCEED Health Department $ 179,430.00 Total Mt. Pleasant, MI FY11-13 100% Federal Fund Three-year contract for Family Support and Child Management services in Clare County

25) Various TSH Series NOT TO EXCEED (Listing on file) $ 8,367,117.00 Total FY11-13 100% Federal Fund Three-year contract for Transitional Supportive Housing services to victims/survivors of domestic violence

26) Woodland’s Behavioral NOT TO EXCEED Healthcare Network $ 189,498.00 Total Cassopolis, MI FY11-13 100% Federal Fund Three-year contract for Wraparound Coordination Services in Cass County

7

3. DEPARTMENT OF HUMAN SERVICES continued

27) Catholic Charities of NOT TO EXCEED West Michigan $ 75,000.00 Total Grand Rapids, MI FY11-13 100% Federal Fund Three-year contract for wraparound coordination services in Ionia County

28) Child & Family Services. NOT TO EXCEED of the U.P $ 161,757.00 Total Marquette, MI FY10-13 100% Federal Fund Three-year contract for Wraparound Coordination Services in Marquette County

4. DEPARTMENT OF NATURAL RESOURCES AND ENVIRONMENT

1) Michigan State University NOT TO EXCEED East Lansing, MI $ 399,497.00 Total FY11-15 75% Federal Fund 25% Restricted Fund Game and Fish Fund Contract for walleye dynamics in Michigan’s inland waterways

2) Michigan State University NOT TO EXCEED East Lansing, MI $ 313,283.00 Total FY11-15 50% Federal Fund 50% Restricted Fund Game and Fish Fund Contract for classification and assessment of the condition of all lakes in Michigan

3) University of Michigan NOT TO EXCEED Ann Arbor, MI $ 45,338.00 Total FY11 50% Federal Fund 50% Restricted Fund Game and Fish Fund Contract for development of a GIS for non-game wildlife management

8

4. DEPARTMENT OF NATURAL RESOURCES AND ENVIRONMENT continued

4) Michigan State University NOT TO EXCEED East Lansing, MI $ 144,195.00 Total FY11-15 75% Federal Fund 25% Restricted Fund Game and Fish Fund Contract for a statewide survey of licensed anglers

5) Department of Interior $ 241,200.00 Total U.S. Geological Survey FY10-11 40% General Fund Lansing, MI 60% Restricted Fund Clean Michigan Initiative Fund Water Data Collection

5. DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET

1) Development Dimensions $ 28,283.00 (one-time) International, Inc. FY10 42% General Fund Bridgeville, PA 58% Restricted Fund Civil Service 1% Assessment Fund Facilitator and Participant Training materials for the Civil Service Commission

2) Franklin Covey, Inc. $ 47,674.39 (one-time) Salt Lake City, UT FY10 42% General Fund 58% Restricted Fund Civil Service 1% Assessment Fund Facilitator and Participant Training materials for the Civil Service Commission

6. DEPARTMENT OF TREASURY

1) Wolverine Solutions Group $ 153,062.55 Total Detroit, MI FY10-13 100% Restricted Fund Delinquent Tax Collection Revenue Bulk and Direct Mail Distribution of Income Tax forms

9

SECTION II – AGENCY SUBMITTED - CONTRACT CHANGES

7. DEPARTMENT OF AGRICULTURE

1) left blank intentionally

8. DEPARTMENT OF ATTORNEY GENERAL

1) James Roach $ 50,200.00 Amendment JLRoach, Inc. $ 100,000.00 New Total East Lansing, MI FY11 100% General Fund Additional funds for a one- year extension of the contract for Expert Witness services for the Department relative to the case of the State of Michigan v State of Illinois, et al (Asian Carp)

2) John Taylor, Ph.D. $ 75,100.00 Amendment JCT Services $ 100,000.00 New Total East Lansing, MI FY11 100% General Fund Additional funds for a one- year extension of the contract for Expert Witness services for the Department relative to the case of the State of Michigan v State of Illinois, et al (Asian Carp)

10

9. DEPARTMENT OF COMMUNITY HEALTH

1) Carol Barrett, Inc. $ 407,352.00 Amendment Okemos, MI $ 703,452.00 New Total FY10-12 43% General Fund 57% Federal Fund Additional funds for the 36-month agreement to provide consultation and support to the Office of Service to the Aging and Aging Network for development of statewide evaluation strategy and performance indicators

10. DEPARTMENT OF CORRECTIONS

1) Various Dentists $ 1,199,000.00 Amendment (Listing on file) $ 2,296,000.00 New Total FY11 100% General Fund Additional funding for a one- year option to continue dental services

2) Various X-Ray Technicians $ 40,000.00 Amendment (Listing on file) $ 80,000.00 New Total FY11 100% General Fund Additional funding for a one- year option to the contract for x-ray technician services

3) Marquette General Hospital $ 24,900.00 Amendment Marquette, MI $ 74,700.00 New Total FY11 100% Federal Fund Adult Basic Education Grant Additional funding for a one- year option to the contract for psychological testing of prisoners during the GED process

11

10. DEPARTMENT OF CORRECTIONS continued

4) Proaction Behavioral Health $ 850,000.00 Amendment Alliance $ 10,694,142.00 New Total Grand Rapids, MI FY10 100% General Fund Additional funding to continue residential substance abuse treatment services

5) Operation Get Down, Inc. $ 141,085.00 Amendment Detroit, MI $ 4,355,886.00 New Total FY10 100% General Fund Additional funding to continue residential substance abuse treatment services

6) W.A. Foote Memorial Hospital $ 23,000.00 Amendment Jackson, MI $ 43,000.00 New Total FY10 100% General Fund Additional funding to continue meals for Corrections Officers

7) LocumTenens.com $ 600,000.00 Amendment Alpharetta, GA $ 5,100,000.00 New Total FY10 100% General Fund Additional funding to continue psychiatric services

8) Various Sex Offender $ 165,000.00 Amendment Counseling Providers $ 2,359,000.00 New Total (Listing on file) FY10 100% General Fund Additional funding to continue sex offender counseling services

9) Self Help Addiction $ 1,200,000.00 Amendment Rehabilitation (SHAR) $ 6,550,684.00 New Total Detroit, MI FY10 100% General Fund Additional funding to continue residential substance abuse treatment services

12

11. DEPARTMENT OF ENERGY, LABOR AND ECONOMIC GROWTH

1) George M. Forbes $ 15,000.00 Amendment Lansing, MI $ 39,900.00 New Total FY10 100% Restricted Fund Tax Tribunal Fund Additional funding for the remainder of the fiscal year for the contract for a Hearing Referee appointed by SOAHR for Michigan Tax Tribunal Small Claims cases and appeals

12. DEPARTMENT OF HUMAN SERVICES

1) Various Adoption Series $ 14,103,965.00 Amendment (Listing on file) $ 31,733,921.00 New Total FY11 100% Federal Fund One-year option and additional funds to continue adoption services without interruption

2) Heitmanis Law Group, LLC $ 18,140.00 Amendment St. Clair Shores, MI $ 41,280.00 New Total FY10-12 100% Federal Fund Additional funds due to unanticipated, increased need for Guardianship and conservatorship services in Macomb County

3) County of Eaton $ 6,525.00 Amendment Charlotte, MI $ 78,307.00 New Total FY11 100% Federal Fund Additional funds for a three- month extension to continue Strong Families Safe Children services while contract funding and services are being determined

13

12. DEPARTMENT OF HUMAN SERVICES continued

4) Various TSH Series $ 358,193.63 Amendment (Listing on file) $ 1,990,279.62 New Total FY11-12 100% Federal Fund Two-year extension and additional funds to allow clients to remain in housing

5) Bethany Christian Services $ 25,665.00 Amendment Grand Rapids, MI $ 184,137.00 New Total FY11 100% Federal Fund Five-month extension and additional funds to continue services due to unanticipated delays in bid process – Kent County

6) Every Woman’s Place, Inc. $ 13,333.00 Amendment Muskegon, MI $ 122,333.00 New Total FY11 100% Federal Fund Five-month extension and additional funds to continue services due to unanticipated delays in bid process – Muskegon County

7) Douglas M. Lewis $ 3,251.85 Amendment Midland, MI $ 62,651.85 New Total FY11 100% Federal Fund Five-month extension and additional funds to continue Youth in Transition services due to unanticipated delays in bid process – Bay County

14

13. DEPARTMENT OF MILITARY AND VETERANS AFFAIRS

1) CSS HealthForce $ 123,750.00 Amendment Grand Rapids, MI $ 6,060,270.00 New Total FY10 33% General Fund 34% Federal Fund 33% Other Member Private Pay 511B820001 Additional funds so 10 CENA shifts can be added at the Grand Rapids Home for Veterans

14. DEPARTMENT OF TREASURY

1) West Government Services $ 15,000.00 Amendment St. Paul, MN $ 56,362.75 New Total FY10 100% Restricted Fund State Services Fee Fund 270N0200012 Additional funds for the purchase order for database services for background investigations for the Michigan Gaming Control Board

SECTION III – AGENCY SUBMITTED - NEW GRANTS

15. DEPARTMENT OF AGRICULTURE

1) Various Soil Conservation $ 60,000.00 Total Districts FY11 100% Restricted Fund (Listing on file) DNRE Game and Fish Fund Funding for the Conservation Reserve Enhancement Program (CREP)

2) Lenawee Conservation District $ 96,882.53 Total Adrian, MI FY11 66.7% Federal Fund 33.3% Restricted Fund DNRE Game and Fish Fund Funding for the Conservation Reserve Enhancement Program (CREP)

15

15. DEPARTMENT OF AGRICULTURE continued

3) Arenac Conservation District $ 60,000.00 Total Standish, MI FY11 100% Restricted Fund 50% DNRE Game and Fish Fund Freshwater Protection Fund Clean Michigan Initiative Bond Revenue Funding for the Conservation Reserve Enhancement Program (CREP)

4) Various Soil Conservation $ 1,051,500.00 Total Districts FY11 100% Restricted Fund (Listing on file) Freshwater Protection Fund Funding for Agriculture Technical Assistance for the Michigan Groundwater Stewardship Program

5) Various Michigan Counties $ 250,000.00 Total (Listing on file) FY11 100% Restricted Fund Freshwater Protection Fund Funding to support the Clean Sweep Program

6) Various Soil Conservation $ 729,999.99 Total Districts FY11 46% Federal Fund (Listing on file) 54% Restricted Fund Freshwater Protection Fund Funding to support Conservation Technical Assistance Initiative in support of the Federal Farm Bill

7) Shiawassee Conservation $ 60,000.00 Total District FY11 50% Federal Fund Owosso, MI 50% Restricted Fund Freshwater Protection Fund Funding to support Conservation Technical Assistance Initiative in support of the Federal Farm Bill

16

15. DEPARTMENT OF AGRICULTURE continued

8) Alpena Conservation District $ 130,000.00 Total Alpena, MI FY11 100% General Fund Funding to establish and implement wildlife risk mitigation practices in preventing the spread of Bovine TB between wildlife and domestic livestock

9) Michigan Turfgrass Foundation $ 30,000.00 Total Lansing, MI FY11 100% Restricted Fund Freshwater Protection Fund In-state services to protect groundwater from nitrogen fertilizer and pesticides

10) Eaton Conservation District $ 162,725.00 Total Charlotte, MI FY11 100% Restricted Fund Freshwater Protection Fund Funding for development of Michigan Groundwater Stewardship Program residential online interactive education and outreach delivery system

11) Michigan State University $ 382,514.13 Total East Lansing, MI FY11 100% Restricted Fund Freshwater Protection Fund Funding for educational services in support of the Michigan Agricultural Environmental Assurance Program

16. DEPARTMENT OF COMMUNITY HEALTH

1) Various Vendors $117,981,932.00 Total (Listing on file) FY11 69% Federal Fund 31% General Fund One-year grant agreement to provide funding to administer the Childless Adult Medical Benefits coverage to eligible clients

17

16. DEPARTMENT OF COMMUNITY HEALTH continued

2) Various Vendors $ 43,150,319.00 Total (Listing on file) FY11 69% Federal Fund 34% General Fund One-year grant agreement to provide funding for medical/ specialty health and dental care services to children of low income families

3) Various Vendors $ 42,960,750.00 Total (Listing on file) FY11 Various Funding Sources One-year grant agreement to provide funding for Substance Abuse Coordinating Agencies to administer and purchase substance abuse treatment and prevention services for Michigan residents

4) Knopf Company $ 480,000.00 Total Plymouth, MI FY11 37.50% Federal Fund 52.08% Fees 10.42% Other One-year grant agreement to provide funding to administer the statewide substance abuse training program

5) Michigan Association of $ 189,269.00 Total Centers for Independent FY11 100% Federal Fund Living One-year grant agreement to Haslett, MI fund the coordination of the Michigan Project Search Initiative, MI Job Coordinator, and MI Job Coalition activities

6) Muskegon Area Intermediate $ 150,000.00 Total School District FY11 50% Federal Fund Muskegon, MI 50% General Fund One-year grant agreement to provide funding for clinical and administrative consultation to the child and teen health program

18

16. DEPARTMENT OF COMMUNITY HEALTH continued

7) Michigan Disability Rights $ 912,478.00 Total Coalition FY11 100% Federal Fund East Lansing, MI One-year grant agreement to provide funding for the coordination of the Medicaid Infrastructure grant

8) Arthritis Foundation $ 65,000.00 Total Michigan Chapter FY11 100% Federal Fund Troy, MI Nine-month grant agreement to provide funding for increasing participation in Arthritis evidence-based interventions to improve self-management and decrease pain in individuals with Arthritis

9) Baldwin Family Health Center $ 121,500.00 Total Baldwin, MI FY11 22% Local 78% Restricted Fund Healthy Michigan Fund One-year grant agreement to provide funding to maintain a comprehensive evidence-based teen pregnancy prevention program

10) Bay Mills Indian Community $ 241,336.00 Total Bay Mill Health Center FY11 63% Federal Fund Brimley, MI 37% General Fund One-year grant agreement to provide funding for a primary health care facility to serve a special needs population in a medical professional shortage area

19

16. DEPARTMENT OF COMMUNITY HEALTH continued

11) Carson City Hospital $ 60,000.00 Total Carson City, MI FY11 100% Federal Fund One-year grant agreement to provide funding for continuous and comprehensive primary health care services to a rural population in a special needs area of the State that warrants attention

12) Delta Dental Plan of $ 151,000.00 Total Michigan, Inc. FY11 100% General Fund Lansing, MI One-year grant agreement to provide funding approval and management of dental services for the severally mentally disabled

13) Family Planning Association $ 326,216.00 Total of Allegan County, Inc. FY11 23% Federal Fund Allegan, MI 4% Restricted Fund Healthy Michigan Fund 73% Local One-year grant agreement to provide funding for various family planning services and reduce the maternal/infant deaths for low income persons

14) McKenzie Memorial Hospital $ 172,437.00 Total Sandusky, MI FY11 33% Federal Fund 6% Restricted Fund Healthy Michigan Fund 61% Local One-year grant agreement to provide funding for various family planning services and reduce the maternal/infant deaths for low income persons

20

16. DEPARTMENT OF COMMUNITY HEALTH continued

15) Michigan Dental Association $ 150,000.00 Total Lansing, MI FY11 83% General Fund 17% Other One-year grant agreement to provide funding for dental services to persons with disabilities who have no other means of receiving dental care

16) Michigan Health Council $ 650,000.00 Total Okemos, MI FY11 100% Restricted Fund Health Professional Licensee Fees One-year grant agreement to provide funding to maintain the MI Center for Health Professions and the MI Center for Nursing

17) Mid Michigan Health Services $ 136,271.00 Total Houghton Lake, MI FY11 100% General Fund One-year grant agreement to provide funding for continuous and comprehensive primary health care services to a rural population in a special needs area of the State that warrants attention

18) Planned Parenthood West & $ 121,500.00 Total Northern Michigan FY11 26% Local Grand Rapids, MI 74% Restricted Fund Healthy Michigan Fund One-year grant agreement to provide funding to maintain a comprehensive evidence-based teen pregnancy prevention program

21

16. DEPARTMENT OF COMMUNITY HEALTH continued

19) Planned Parenthood West & $ 1,974,260.00 Total Northern Michigan FY11 45% Federal Fund Grand Rapids, MI 4% General Fund 51% Local One-year grant agreement to provide funding for various family planning services and reduce the maternal/infant deaths for low income persons

20) Planned Parenthood Mid & $ 162,162.00 Total South Michigan FY11 45% Local Ann Arbor, MI 55% Restricted Fund Healthy Michigan Fund One-year grant agreement to provide funding to maintain a comprehensive evidence-based teen pregnancy prevention program

21) Planned Parenthood Mid & $ 6,666,658.00 Total South Michigan FY11 35% Federal Fund Ann Arbor, MI 7% Restricted Fund Healthy Michigan Fund 58% Local One-year grant agreement to provide funding for various family planning services and reduce the maternal/infant deaths for low income persons

22) Planned Parenthood of South $ 1,853,694.00 Total Central Michigan FY11 27% Federal Fund Kalamazoo, MI 4% Restricted Fund Healthy Michigan Fund 69% Local One-year grant agreement to provide funding for various family planning services and reduce the maternal/infant deaths for low income persons

22

16. DEPARTMENT OF COMMUNITY HEALTH continued

23) Upper Peninsula Assoc. of $ 169,377.00 Total Rural Health Services FY11 99% General Fund Marquette, MI 1% Federal Fund One-year grant agreement to provide funding for continuous and comprehensive primary health care services to a rural population in a special needs area of the State that warrants attention

24) Oakwood Healthcare, Inc. $ 123,503.00 Total Taylor Teen Clinic FY11 47% Federal Fund Dearborn, MI 8% Restricted Fund Healthy Michigan Fund 45% Local One-year grant agreement to provide funding for various family planning services and reduce the maternal/infant deaths for low income persons

25) Michigan Funeral Directors $ 40,000.00 Total Association FY11 100% Federal Fund Okemos, MI One-year grant agreement to provide support for keeping the Michigan Mortuary Response Team in a ready state for rapid deployment in a mass fatality event

26) Regents of the University $ 500,000.00 Total of Michigan FY11 100% Federal Fund Ann Arbor, MI One-year grant agreement to provide funding to prepare for and respond to a mass burn event

27) Muskegon County Medical $ 1,528,961.00 Total Control Authority FY11 100% Federal Fund Muskegon, MI One-year grant agreement to provide funding for regional medical bio-defense networks

23

16. DEPARTMENT OF COMMUNITY HEALTH continued

28) Tri-County Emergency Medical $ 1,2 10,980.00 Total Control Authority FY11 100% Federal Fund Lansing, MI One-year grant agreement to provide funding for regional medical bio-defense networks

29) Health Emergency Management $ 4,168,242.00 Total Services Inc. FY11 100% Federal Fund Wayne, MI One-year grant agreement to provide funding for regional medical bio-defense networks

30) Kalamazoo County Medical $ 1,614,595.00 Total Control Authority FY11 100% Federal Fund Kalamazoo, MI One-year grant agreement to provide funding for regional medical bio-defense networks

31) Marquette County EMS Medical $ 1,046,324.00 Total Control Authority FY11 100% Federal Fund Marquette, MI One-year grant agreement to provide funding for regional medical bio-defense networks

32) MHA Center for Health $ 2,387,870.00 Total Resources for Genesee MCA FY11 100% Federal Fund Flint, MI One-year grant agreement to provide funding for continuing the Regional Medical Bio- defense networks

33) Justice in Mental Health $ 240,545.00 Total Organizations, Inc. FY11 100% Federal Fund Lansing, MI One-year grant agreement to provide funding for consumer based consultation and technical assistance resource to statewide consumer groups, developing and existing consumer programs and local Community Mental Health Service Provider’s

24

16. DEPARTMENT OF COMMUNITY HEALTH continued

34) Saginaw Intermediate School $ 4 28,000.00 Total District FY11 100% Federal Fund Saginaw, MI One-year grant agreement to provide funding for the Michigan Project Launch Local Child Wellness Activities

35) Greater Detroit Health $ 300,000.00 Total Council FY11 50% Federal Fund Detroit, MI 50% General Fund One-year grant agreement to provide funding for the Plan First expansion in Detroit and Wayne County

36) Spectrum Health Hospitals $ 74,238.00 Total Grand Rapids, MI FY11 100% Restricted Fund MI Prostate Cancer Research Fund One-year grant agreement to provide funding for disseminating primary care management of prostate cancer post treatment to primary care providers

37) Central Michigan University $ 400,000.00 Total Mt. Pleasant, MI FY11 100% Federal Fund One-year grant to provide for the publishing and distribution of materials for an emergency preparedness school curriculum

38) Ann Arbor Center for $ 100,000.00 Total Independent Living FY11 100% Restricted Fund Ann Arbor, MI Civil Monetary Penalty Fund One-year grant agreement to provide funding to assist individuals who are Medicaid eligible, with transitioning services from a nursing facility to another living arrangement in a private residence

25

16. DEPARTMENT OF COMMUNITY HEALTH continued

39) Centers for $ 185,000.00 Total Independent Living FY11 100% Restricted Fund Port Huron, MI Civil Monetary Penalty Fund One-year grant agreement to provide funding to assist individuals who are Medicaid eligible, with transitioning services from a nursing facility to another living arrangement in a private residence

40) Disability Advocates of Kent $ 1 56,400.00 Total County FY11 100% Restricted Fund Grand Rapids, MI Civil Monetary Penalty Fund One-year grant agreement to provide funding to assist individuals who are Medicaid eligible, with transitioning services from a nursing facility to another living arrangement in a private residence

41) Disability Network $ 75,000.00 Total Lakeshore FY11 100% Restricted Fund Holland, MI Civil Monetary Penalty Fund One-year grant agreement to provide funding to assist individuals who are Medicaid eligible, with transitioning services from a nursing facility to another living arrangement in a private residence

26

16. DEPARTMENT OF COMMUNITY HEALTH continued

42) Disability Network $ 60,000.00 Total Northern Michigan FY11 100% Restricted Fund Traverse City, MI Civil Monetary Penalty Fund One-year grant agreement to provide funding to assist individuals who are Medicaid eligible, with transitioning services from a nursing facility to another living arrangement in a private residence

43) Disability Network $ 114,000.00 Total Oakland and Macomb FY11 100% Restricted Fund Clinton Township, MI Civil Monetary Penalty Fund One-year grant agreement to provide funding to assist individuals who are Medicaid eligible, with transitioning services from a nursing facility to another living arrangement in a private residence

44) Disability Network $ 104,000.00 Total Mid Michigan FY11 100% Restricted Fund Midland, MI Civil Monetary Penalty Fund One-year grant agreement to provide funding to assist individuals who are Medicaid eligible, with transitioning services from a nursing facility to another living arrangement in a private residence

27

16. DEPARTMENT OF COMMUNITY HEALTH continued

45) Disability Network $ 220,000.00 Total Southwest Michigan FY11 100% Restricted Fund Kalamazoo, MI Civil Monetary Penalty Fund One-year grant agreement to provide funding to assist individuals who are Medicaid eligible, with transitioning services from a nursing facility to another living arrangement in a private residence

46) Handicapper Advocacy Alliance $ 100,000.00 Total dba CACIL FY11 100% Restricted Fund Lansing, MI Civil Monetary Penalty Fund One-year grant agreement to provide funding to assist individuals who are Medicaid eligible, with transitioning services from a nursing facility to another living arrangement in a private residence

47) Metropolitan Detroit Center $ 188,000.00 Total For Independent Living FY11 100% Restricted Fund Detroit, MI Civil Monetary Penalty Fund One-year grant agreement to provide funding to assist individuals who are Medicaid eligible, with transitioning services from a nursing facility to another living arrangement in a private residence

28

16. DEPARTMENT OF COMMUNITY HEALTH continued

48) Superior Alliance for $ 235,700.00 Total Independent Living FY11 100% Restricted Fund Marquette, MI Civil Monetary Penalty Fund One-year grant agreement to provide funding to assist individuals who are Medicaid eligible, with transitioning services from a nursing facility to another living arrangement in a private residence

49) Disability Connections $ 300,000.00 Total Jackson, MI FY11 100% Restricted Fund Civil Monetary Penalty Fund One-year grant agreement to provide funding to assist individuals who are Medicaid eligible, with transitioning services from a nursing facility to another living arrangement in a private residence

50) Disability Connection $ 152,000.00 Total Muskegon, MI FY11 1 00% Restricted Fund Civil Monetary Penalty Fund One-year grant agreement to provide funding to assist individuals who are Medicaid eligible, with transitioning services from a nursing facility to another living arrangement in a private residence

29

16. DEPARTMENT OF COMMUNITY HEALTH continued

51) The Disability Network $ 203,000.00 Total Flint, MI FY11 100% Restricted Fund Civil Monetary Penalty Fund One-year grant agreement to provide funding to assist individuals who are Medicaid eligible, with transitioning services from a nursing facility to another living arrangement in a private residence

52) Smiles on Wheels $ 75,000.00 Total Jackson, MI FY11 100% Federal Fund One-year grant agreement to provide funding for the application of dental sealants to qualifying children

53) National Kidney Foundation $ 387,000.00 Total Pittsfield Township, MI FY11 48.32% Federal Fund 51.68% Restricted Fund Healthy Michigan Fund One-year grant agreement to provide funding for the enhancement of the quality of diabetes care by educating providers, consumers and the public

54) AIDS Partnership Michigan $ 225,000.00 Total Detroit, MI FY11 100% Restricted Fund Michigan Health Initiative Nine-month grant agreement to provide funding for the HIV Prevention Community Mobilization Campaign

30

16. DEPARTMENT OF COMMUNITY HEALTH continued

55) Bay de Noc Community College $ 75,000.00 Total Escanaba, MI FY11 20% Federal Fund 80% Restricted Fund Healthy Michigan Fund One-year grant agreement to provide funding for the enhancement of the quality of diabetes care by educating providers, consumers and the public

56) Thunder Bay Community Service $ 125,000.00 Total Hillman, MI FY11 60% Federal Fund 40% Local One-year grant to provide funding for the establishment of a preventive dental center within an exiting child and adolescent health center

57) Institute for Black Family $ 73,360.00 Total Development FY11 100% Federal Fund Detroit, MI One-year grant agreement to provide funding fro the Obesity Prevention Program development and implementation in African American churches in the city of Detroit

58) Delta Dental Plan of Michigan $ 62,516,986.00 Total Lansing, MI FY11 70% Federal Fund 30% General Fund One-year grant agreement to provide funding for access to oral health care for Medicaid beneficiaries under the age of 21

31

16. DEPARTMENT OF COMMUNITY HEALTH continued

59) National Kidney Foundation $ 202,000.00 Total State Renal FY11 70.20% Restricted Fund Pittsfield Township, MI Healthy Michigan Fund 29.80% Restricted Fund Michigan Health Initiative One-year grant agreement to provide funding for the prevention, detection and care of kidney disease and diabetes

60) Michigan Primary Care $ 65,000.00 Total Association FY11 100% Federal Fund Lansing, MI One-year grant agreement to provide funding for training and technical assistance to emergency service responders regarding the implementation of the Safe Delivery law

61) National Kidney Foundation of $ 193,870.00 Total Michigan FY11 100% Federal Fund Ann Arbor, MI One-year grant agreement to provide funding for the prevention and reduction of various cardiovascular related diseases and health issues

62) Tomorrow’s Child $ 236,300.00 Total Michigan SIDS, Inc. FY11 100% Federal Fund Lansing, MI One-year grant agreement to provide funding for the prevention and reduction of Sudden Infant Death Syndrome in Michigan

63) The Center for Social $ 100,000.00 Total Gerontology FY11 100% Restricted Fund Ann Arbor, MI Healthy Michigan Fund One-year grant agreement to provide funding for the continuation of the smoke-free environment law project

32

16. DEPARTMENT OF COMMUNITY HEALTH continued

64) Institute for Health $ 52,000.00 Total Improvement in SE MI FY11 100% Federal Fund Detroit, MI Seven and a half month grant agreement to provide funding for the Emergency Room Diversion Program for Medicaid recipients

65) Michigan State University $ 140,000.00 Total Kalamazoo Center for FY11 100% Federal Fund Medical Studies One-year grant agreement to Kalamazoo, MI provide funding for the continuation of the implementation of an Emergency Medical Services Information System

66) Michigan Association of $ 120,000.00 Total Centers for Independent FY11 65% Restricted Fund Living Civil Monetary Penalty Fund Haslett, MI 35% Federal Fund One-year grant agreement to provide funding for nursing facility transition services provided through the various centers for independent living

67) The Arc of Kent County $ 93,333.00 Total Grand Rapids, MI FY11 75% Federal Fund 25% Local One-year grant agreement to provide funding to improve educational services, retention, training, and post secondary outcomes for minority children with disabilities

33

16. DEPARTMENT OF COMMUNITY HEALTH continued

68) The Arc of Michigan $ 106,667.00 Total Lansing, MI FY11 75% Federal Fund 25% Local One-year grant agreement to provide funding to rally consumer demand for self- determination and support the efforts of services systems to expand and improve support for self-determination across the state

69) Michigan Disability Rights $ 208,000.00 Total Coalition FY11 75% Federal Fund East Lansing, MI 25% Local One-year grant agreement to provide funding to create a neighborhood level ownership of the issue of inclusion for people with disabilities

70) Michigan Disability Rights $ 187,107.00 Total Coalition FY11 75% Federal Fund East Lansing, MI 25% Local To provide funding to establish an ongoing, evolving Leadership Development Resource Center that creates an environment where people recognize their own power and organize themselves to create real improvements in the lives of persons with disabilities

34

16. DEPARTMENT OF COMMUNITY HEALTH continued

71) Michigan Primary Care $ 122,720.00 Total Association FY11 100% Federal Fund Lansing, MI One-year grant agreement to provide funding to assist clinics serving special populations, including community health centers, migrant health centers and federally qualified health centers to increase the number of children 19-35 months of age seen in these agencies who are completely immunized

72) Michigan Oral Health $ 45,890.00 Total Coalition FY11 100% Federal Fund Lansing, MI One-year grant agreement to provide funding for oral health activities and promotion

73) Michigan Association for Deaf $ 32,748.00 Total And Hard of Hearing FY11 100% Restricted Fund Lansing, MI Newborn Screening Fund One-year grant agreement to provide for support and resources to parents of infants and children newly diagnosed with hearing loss

74) Michigan Disability Rights $ 273,000.00 Total Coalition FY11 100% Federal Fund East Lansing, MI One-year grant agreement to provide funding for the support necessary for the inclusion of consumers, administrative support and assistance with various grant activities

35

16. DEPARTMENT OF COMMUNITY HEALTH continued

75) Sinai Hospital of Detroit $ 50,000.00 Total Detroit, MI FY11 100% Federal Fund One-year grant agreement to provide funding for the first women’s immunization center in Michigan

76) South Eastern Michigan $ 50,000.00 Total Indians, Inc. FY11 100% Federal Fund Center Line, MI One-year grant agreement to provide funding for promoting smoke-free environments, preventing the initiation of tobacco use and promoting cessation in communities that are disproportionately affected by tobacco use

77) The Asian Center $ 50,000.00 Total Grand Rapids, MI FY11 100% Federal Fund One-year grant agreement to provide funding for promoting smoke-free environments, preventing the initiation of tobacco use and promoting cessation in communities that are disproportionately affected by tobacco use

78) Grand Rapids Urban League $ 30,000.00 Total Grand Rapids, MI FY11 100% Federal Fund One-year grant agreement to provide funding for promoting smoke-free environments, preventing the initiation of tobacco use and promoting cessation in communities that are disproportionately affected by tobacco use

36

16. DEPARTMENT OF COMMUNITY HEALTH continued

79) Cherry Street Health Services $ 30,000.00 Total Grand Rapids, MI FY11 100% Federal Fund One-year grant agreement to provide funding for promoting smoke-free environments, preventing the initiation of tobacco use and promoting cessation in communities that are disproportionately affected by tobacco use

80) Latino Family Services $ 50,000.00 Total Detroit, MI FY11 100% Federal Fund One-year grant agreement to funding for promoting smoke- free environments, preventing the initiation of tobacco use and promoting cessation in communities that are disproportionately affected by tobacco use

81) Affirmations $ 35,000.00 Total Ferndale, MI FY011 100% Federal Fund One-year grant agreement to provide funding for promoting smoke-free environments, preventing the initiation of tobacco use and promoting cessation in communities that are disproportionately affected by tobacco use

82) Arab American and Chaldean $ 50,000.00 Total Council FY11 100% Federal Fund Lathrup Village, MI One-year grant agreement to provide funding for promoting smoke-free environments, preventing the initiation of tobacco use and promoting cessation in communities that are disproportionately affected by tobacco use

37

16. DEPARTMENT OF COMMUNITY HEALTH continued

83) Ottawa Area Intermediate $ 45,000.00 Total School District FY11 100% Federal Fund Holland, MI One-year grant agreement to provide funding for community- based youth suicide prevention and early intervention services

84) Third Level Crisis $ 45,000.00 Total Intervention Center, Inc. FY11 100% Federal Fund Traverse City, MI One-year grant agreement to provide funding for community- based youth suicide prevention and early intervention services

85) Various Vendors $ 46,057,429.00 Total (Listing on file) FY11 69% Federal Fund 31% General Fund One-year grant agreement to grant agreement to provide funding for medical/specialty health and dental care services to children of low income families

86) Prosecuting Attorney’s Assoc. $ 614,526.00 Total of Michigan FY11 100% Restricted Fund Lansing, MI Crime Victim Rights Fund One-year grant agreement implementation of Crime Victim Rights services

87) Michigan Sheriff’s Assoc. $ 73,500.00 Total Lansing, MI FY11 100% Restricted Fund Crime Victim Rights Fund One-year grant agreement to provide funding for the continued implementation of Crime Victim Rights services

38

16. DEPARTMENT OF COMMUNITY HEALTH continued

88) Various Vendors $ 16,776,381.00 Total (Listing on file) FY11 Various funding See bid tab for list of funds One-year grant agreement to provide funding for crime victim assistance to victims of crime

89) Various Vendors $ 5,645,197.00 Total (Listing on file) FY11 100% Restricted Fund Crime Victim Rights Fund One-year grant agreement to provide funding to local prosecutor’s offices for the implementation of various crime victim rights

90) AIDS Partnership Michigan $ 125,000.00 Total Detroit, MI FY11 100% Restricted Fund Michigan Health Initiative One-year grant agreement to provide funding for the dissemination, education and referral services via the Michigan HIV/AIDS Hotline

91) Center for Information $ 560,000.00 Total Management FY11 84% Federal Fund Ann Arbor, MI 16% General Fund One-year grant agreement to provide funding for MI Choice Information System data base and reports

92) Bronson Methodist Hospital $ 350,886.00 Total Kalamazoo, MI FY11 100% General Fund One-year grant agreement to provide funding for comprehensive children’s multidisciplinary services to children who are enrolled in the Children’s Special Health Care Services

39

16. DEPARTMENT OF COMMUNITY HEALTH continued

93) Covenant Medical Center $ 39,120.00 Total Health Care FY11 100% General Fund Saginaw, MI One-year grant agreement to provide funding for comprehensive children’s multidisciplinary services to children who are enrolled in the Children’s Special Health Care Services

94) E.W. Sparrow Hospital $ 38,371.00 Total Lansing, MI FY11 100% General Fund One-year grant agreement to provide funding for comprehensive children’s multidisciplinary services to children who are enrolled in the Children’s Special Health Care Services

95) Marquette General Hospital $ 97,318.00 Total Marquette, MI FY11 100% General Fund One-year grant agreement to provide funding for comprehensive children’s multidisciplinary services to children who are enrolled in the Children’s Special Health Care Services

96) Mary Free Bed Hospital and $ 117,860.00 Total Rehabilitation Center FY11 100% General Fund Grand Rapids, MI One-year grant agreement to provide funding for comprehensive children’s multidisciplinary services to children who are enrolled in the Children’s Special Health Care Services

40

16. DEPARTMENT OF COMMUNITY HEALTH continued

97) Oakwood Healthcare System $ 34,800.00 Total Dearborn, MI FY11 100% General Fund One-year grant agreement to provide funding for comprehensive children’s multidisciplinary services to children who are enrolled in the Children’s Special Health Care Services

98) Spectrum Health Hospitals $ 120,340.00 Total Grand Rapids, MI FY11 100% General Fund One-year grant agreement to provide funding for comprehensive children’s multidisciplinary services to children who are enrolled in the Children’s Special Health Care Services

99) Hurley Medical Center $ 49,895.00 Total Flint, MI FY11 100% General Fund One-year grant agreement to provide funding for comprehensive children’s multidisciplinary services to children who are enrolled in the Children’s Special Health Care Services

100) DYNS Services, Inc. $ 141,854.00 Total Holt, MI FY11 100% Federal Fund One-year grant agreement to provide funding for the deployment of a homeless management information system to all Michigan Department of Community Health Housing grant providers

41

16. DEPARTMENT OF COMMUNITY HEALTH continued

101) Various Vendors $ 878,543.00 Total (Listing on file) FY11 100% Federal Fund One-year grant agreement to provide permanent rental housing to qualified persons living with HIV/AIDS

102) Michigan Interfaith Trust $ 90,000.00 Total Lansing, MI FY11 100% General Fund One-year grant agreement to provide funding for the administration of a mental health consumer loan fund and the servicing of the loans

103) Upper Peninsula Emergency $ 183,549.00 Total Medical Service Corp. FY11 91% Federal Fund Marquette, MI 9% Local One-year grant agreement to provide funding for annual inspection of licensed life support agencies and vehicles to assure compliance with licensure requirements

104) Southwest Counseling and $ 386,904.00 Total Development Services FY11 100% Federal Fund Detroit, MI One-year grant to provide funding for shelter plus care permanent housing and supportive services to persons who are chronically homeless and have a disability

105) Southwest Counseling and $ 50,000.00 Total Development Services FY11 100% Federal Fund Detroit, MI One-year grant to provide funding for Project for Assistance in Transition from Homelessness outreach services to persons with mental illness who are homeless or at imminent risk of homelessness

42

16. DEPARTMENT OF COMMUNITY HEALTH continued

106) Emergency Shelter Services $ 114,264.00 Total Inc. FY11 100% Federal Fund Benton Harbor, MI One-year grant agreement to provide funding for provide shelter plus care permanent housing and supportive services to persons who are chronically homeless and have a disability, under the Supportive Housing Program Grant

107) Southwest Counseling $ 381,264.00 Total Solutions FY11 100% Federal Fund Detroit, MI One-year grant agreement to provide funding for rental housing and supportive services to persons who are chronically homeless and have a disability

108) Various Vendors $ 2,719,704.00 Total (Listing on file) FY11 100% Federal Fund One-year grant agreement to provide permanent rental housing and supportive services to persons who are homeless and have a disability

109) Various Vendors $ 227,064.00 Total (Listing on file) FY11 100% Federal Fund One-year grant agreement to provide permanent rental housing and supportive services to persons who are homeless and have a substance abuse disorder

110) Various Vendors $ 308,990.00 Total (Listing on file) FY11 99% Federal Fund 1% General Fund One-year grant agreement to provide permanent housing and supportive services to persons who are homeless and have a disability

43

16. DEPARTMENT OF COMMUNITY HEALTH continued

111) Various Vendors $ 133,868.00 Total (Listing on file) FY11 100% Federal Fund One-year grant agreement to provide permanent housing and supportive services to persons who are homeless and have a disability under the Supportive Housing Program Grant from the Federal 2006 Competition

112) Various Vendors $ 139,334.00 Total (Listing on file) FY11 100% Federal Fund One-year grant agreement to provide permanent housing and supportive services to persons who are chronically homeless and have a disability, under the Supportive Housing Program Grant form the Federal 2006 Competition

113) Various Vendors $ 382,964.00 Total (Listing on file) FY11 100% Federal Fund One-year grant agreement to provide funding for the Supportive Housing Program/Project for Assistance in Transition from Homelessness permanent housing and supportive services to persons who are homeless and have a disability

114) The Arc Michigan $ 166,667.00 Total Lansing, MI FY11 75% Federal Fund 25% Local One-year grant agreement to provide funding to ensure caregivers have resources and support needed for a family member with a developmental disability when they no longer can provide care

44

16. DEPARTMENT OF COMMUNITY HEALTH continued

115) Disability Connection $ 93,333.00 Total Muskegon, MI FY11 75% Federal Fund 25% Local One-year grant agreement to provide funding to support programs to provide families with assistance with navigating educational services and becoming active members of their children’s educational experience

116) Early Childhood Investment $ 128,742.00 Total Corporation FY11 100% Federal Fund Lansing, MI One-year grant for the Great Start System that supports policy development and planning to increase Michigan’s investment in early childhood programs and initiatives

117) Cherry Street Health Services $ 32,325.00 Total Grand Rapids, MI FY11 100% Federal Fund One-year grant agreement to provide funding for the community health center to assure children are properly immunized

118) Saginaw Chippewa Indian Tribe $ 25,276.00 Total Mt. Pleasant, MI FY11 100% Federal Fund One-year grant agreement to provide funding for continuing the Tribal Health Program in the area of bioterrorism planning and preparedness

119) Various Vendors $ 678,117.00 Total (Listing on file) FY11 100% Federal Fund Eleven-month grant agreement to provide funding for local comprehensive sexual violence prevention programming

45

16. DEPARTMENT OF COMMUNITY HEALTH continued

120) The Arc Michigan $ 132,000.00 Total Lansing, MI FY11 100% General Fund One-year grant agreement to provide funding for advocacy services to persons with developmental disabilities

121) MI Coalition Against Domestic $ 109,268.00 Total and Sexual Violence FY11 100% Federal Fund Okemos, MI Eleven-month grant agreement to provide funding for a coordinated public health initiative to prevent domestic and sexual violence

122) MI Coalition Against Domestic $ 183,354.00 Total and Sexual Violence FY11 100% Federal Fund Okemos, MI One-year grant agreement to provide funding for the Domestic and Sexual Violence Steering Committee and implementation of the state plan “Preventing Intimate and Sexual Violence in Michigan”

17. DEPARTMENT OF ENERGY, LABOR AND ECONOMIC GROWTH

1) Statewide Workforce $ 2,037,275.00 Total Development Boards FY10-11 100% General Fund (Listing on file) The Grantees will receive funds to support incumbent worker training needs of workers employed by businesses actively involved with Michigan Skills Alliances through training programs provided by community colleges, universities or licensed proprietary schools

46

17. DEPARTMENT OF ENERGY, LABOR AND ECONOMIC GROWTH continued

2) Various Statewide $ 290,000.00 Total Collaborative Organizations FY10-11 100% General Fund (Listing on File) The Grantees will receive funding for new Regional Entrepreneurial Collaboratives to increase local workforce development through the creation of a culture of entrepreneurship

3) Various $ 1,000,000.00 Total (Listing on File) FY10-11 100% General Fund Funding will be allocated to the Grantees to work within regional partnerships to increase the number of adult learners with the basic skills necessary to participate and succeed in postsecondary education and training programs

4) Mr. Don Niven and Mr. Dale $ 1,097,778.00 Total Swift for Calhoun FY10-11 100% Federal Fund Intermediate School The Grantee will receive District federal funding to provide Hastings, MI retraining, job placement and other services to dislocated workers affected by plant closures/mass layoffs in the area served by the Grantee

5) Michigan Statewide $ 1,399,565.00 Total Independent Living Council FY11-13 95% Federal 5% GF Lansing, MI Funding will be allocated to the Grantee to carry out its core operations in accord with Title VII of the federal Rehabilitation Act and Michigan Executive Order No. 2007-49

47

17. DEPARTMENT OF ENERGY, LABOR AND ECONOMIC GROWTH continued

6) MARO Employment and $ 376,367.00 Total Training Association FY11 100% Federal Fund Lansing, MI The Grantee will receive funding for the Michigan Rehabilitation Council, as mandated by Section 105 of the federal Rehabilitation Act of 1973 as amended in 1998

7) Pine Lake Fund $ 408,995.00 Total Plainwell, MI FY11 100% Federal Fund The Grantee will be provided funding to work with over 100 Michigan employers to provide ergonomic service to businesses and effective accommodation solutions to their disable employees

8) Pine Lake Fund $ 97,129.00 Total Plainwell, MI FY11 100% Federal Fund The Grantee will be provided funding which will assist in providing low-cost housing and daycare for students with families attending MCTI

9) Ann Arbor Center for $ 1,378,500.00 Total Independent Living FY11-13 100% General Fund Ann Arbor, MI The Grantee will be provided funding for the Personal Assistants Reimbursement for Employment Program (PASREP) which provides payments to disabled individual consumers to assist them in employing personal assistants which will encourage them to accept employment opportunities

48

17. DEPARTMENT OF ENERGY, LABOR AND ECONOMIC GROWTH continued

10) Michigan Damage Prevention $ 100,000.00 Total Board FY10-11 100% Federal Fund Okemos, MI This grant award is to increase damage prevention awareness through multiple levels, including excavation education and public awareness surveys

11) Mr. James Videto, Board Chair $ 1,389,045.00 Total For South Central Michigan FY11 100% Federal Fund Works! (WIA) Spring Arbor, MI The Grantee will receive federal funding to provide retraining, job placement and other services to dislocated workers affected by plant closures/mass layoffs in the area served by the grantee

18. DEPARTMENT OF HUMAN SERVICES

1) Detroit Edison Company and $ 9,200,000.00 Total MI Consolidated Gas Company FY10 100% Federal Fund Detroit, MI One-month grant for heat and electric assistance to DHS clients in arrearage

2) Traveler’s Aid Society $ 135,000.00 Total Detroit, MI FY11-13 100% General Fund Three-year grant to arrange and coordinate return of youth runaways, escapees and absconders to and from Michigan at airports and bus stations

3) Food Bank Council of Michigan $ 820,000.00 Total Lansing, MI FY11 100% General Fund One-year grant to purchase and distribute fresh produce

49

18. DEPARTMENT OF HUMAN SERVICES continued

4) Michigan State University $ 9 ,692,489.00 Total East Lansing, MI FY11 100% Federal Fund One-year grant to administer Michigan’s Supplemental Nutrition Assistance Program – Education (SNAP-Ed)

5) Michigan Fitness Foundation $ 19,1 97,498.00 Total Lansing, MI FY11 100% Federal Fund One-year grant to administer Michigan’s Supplemental Nutrition Assistance Program – Education (SNAP-Ed)

6) Various $ 128,190.00 Total (Listing of file) FY11 100% Federal Fund One-year grant for self sufficiency activities for low- income Native American families

7) Various $ 17,698,338.00 Total (Listing on file) FY11-13 100% Federal Fund Three-year grant for domestic violence services

8) Various $ 18,000,000.00 Total (Listing on file) FY11 100% General Fund One-year grant for weatherization-related services to low-income Michigan families

9) Various $ 9,355,944.00 Total (Listing on file) FY11-13 100% Federal Fund Three-year grant for STOP grants to develop and strengthen criminal justice system response to violence against women

50

18. DEPARTMENT OF HUMAN SERVICES continued

10) County of Macomb $ 125,000.00 Total Mt. Clemens, MI FY11 100% Federal Fund Funding to provide disproportionate minority contact intervention for youth

19. DEPARTMENT OF NATURAL RESOURCES AND ENVIRONMENT

1) Eaton Conservation District $ 30,000.00 Total Charlotte, MI FY11 100% Federal Fund Funding to provide assistance to communities for urban forestry and Arbor Day programs

The Greening of Detroit $ 40,000.00 Total Detroit, MI FY11 100% Federal Fund Funding to provide assistance to communities for urban forestry and Arbor Day programs

2) Various Grantees $ 1,214,799.00 Total (Listing on file) FY10 (AY 2010) 100% Restricted Fund Scrap Tire Regulatory Fund Single fiscal year Grant to increase markets for scrap tires

51

19. DEPARTMENT OF NATURAL RESOURCES AND ENVIRONMENT continued

3) Dowagiac Brownfield $ 340,000.00 Total Redevelopment Authority FY10 (AY07) Cass County, MI 100% Restricted Fund Clean Michigan Initiative Fund Two-year Brownfield Redevelopment grant to conduct environmental response and remediation activities that protect the public health, the environment, and assist in redevelopment of Brownfields

Dowagiac Brownfield $ 70,000.00 Total Redevelopment Authority FY10 (AY94 and AY95) Cass County, MI 100% Restricted Fund Environmental Protection Bond Implementation Fund Two-year Site Reclamation Grant to conduct environmental response and remediation activities that protect the public health, the environment, and assist in redevelopment of Brownfields

4) Michigan Manufacturing $ 100,000.00 Total Technology Center (MMTC) FY11 100% Restricted Fund Plymouth, MI 2010 Pollution Prevention Program Fund To fund a new three-year Pollution Prevention grant

20. DEPARTMENT OF STATE

1) Various Motorcycle Training $ 1,500,000.00 Total (Listing on file) FY11 100% Restricted Fund Motorcycle Safety Program Fund Grant funds to provide training to motorcycle riders required by law to complete a motorcycle safety course to be eligible to receive a motorcycle endorsement on their driver license 52

21. DEPARTMENT OF STATE POLICE

1) Wayne State University $ 128,890.00 Total Detroit, MI FY11 100% Federal Fund For statewide direct observation of use of child safety belt/booster seat and compliance with Michigan law for children under 4 years of age to aid in enforcement and education to reduce related traffic deaths

2) Michigan Technological $ 96,736.00 Total University FY11 100% Federal Fund Houghton, MI This safety belt use rate study is a requirement for Michigan to receive Federal transportation funds and is used for analysis to determine a course of action to prevent fatal crashes and reduce injuries on our roadways

22. DEPARTMENT OF TREASURY

1) The Dow Chemical Company $ 5,000,000.00 Total Midland, MI FY10-13 100% Restricted Fund 21st Century Jobs Trust Fund For a three-year grant to establish a center focused on low-cost Carbon Fiber for industrial applications

2) Astraeus Wind Energy, Inc. $ 6,000,000.00 Total Eaton Rapids, MI FY10-13 100% Restricted Fund 21st Century Jobs Trust Fund For a three-year grant to establish a center focused on automated manufacturing of wind turbine blade components using advanced materials

53

22. DEPARTMENT OF TREASURY continued

3) Energetx Composites, LLC $ 3,500,000.00 Total Holland, MI FY10-13 100% Restricted Fund 21st Century Jobs Trust Fund For a three-year grant to establish a center focused on creating world class wind turbine blade components using advanced materials

4) URV USA, LLC $ 3,500,000.00 Total Rochester Hills, MI FY10-13 100% Restricted Fund 21st Century Jobs Trust Fund For a three-year grant to establish a Michigan-based foundry to develop a next generation casting process to produce large utility scale wind turbine components

SECTION IV – AGENCY SUBMITTED - GRANT CHANGES

23. DEPARTMENT OF COMMUNITY HEALTH

1) Compuware/Covisint $ 157,335.00 Amendment Detroit, MI $ 4,795,996.00 New Total FY08-11 50% Federal Fund 50% General Fund Additional funds and 6-month date extension to a 42-month grant agreement for electronic claims attachments for the Medicaid service providers in Southeast Michigan and Statewide rollout

2) Health Delivery, Inc. $ 45,510.00 Amendment Saginaw, MI $ 207,510.00 New Total FY10 100% Federal Fund Additional funds for the one- year grant agreement to provide funding for continuum of care services to persons living with HIV/AIDS

54

23. DEPARTMENT OF COMMUNITY HEALTH continued

3) Keweenaw Bay Indian Community $ 4,624.00 Amendment Baraga, MI $ 28,585.00 New Total FY10 100% Federal Fund Additional funds for the one- year grant agreement to provide funding for continuing the Tribal Health Program in the area of bioterrorism planning and preparedness

4) Little River Band of Ottawa $ 3,803.00 Amendment Indians $ 27,447.00 New Total Manistee, MI FY10 100% Federal Fund Additional funds for the one- year grant agreement to provide funding for continuing the Tribal Health Program in the area of bioterrorism planning and preparedness

5) Little Traverse Bay Band $ 4,197.00 Amendment of Odawa $ 25,943.00 New Total Harbor Springs, MI FY10 100% Federal Fund Additional funds for the one- year grant agreement to provide funding for continuing the Tribal Health Program in the area of bioterrorism planning and preparedness

6) Bay Mills Indian Community $ 4,117.00 Amendment Brimley, MI $ 25,448.00 New Total FY10 100% Federal Fund Additional funds for the one- year grant agreement to provide funding for continuing the Tribal Health Program in the area of bioterrorism planning and preparedness

55

23. DEPARTMENT OF COMMUNITY HEALTH continued

7) Grand Traverse Band of $ 4,073.00 Amendment Ottawa and Chippewa $ 25,179.00 New Total Suttons Bay, MI FY10 100% Federal Fund Additional funds for the one- year grant agreement to provide funding for continuing the Tribal Health Program in the area of bioterrorism planning and preparedness

8) Various Vendors $ 2,213,903.00 Amendment (Listing on file) $194,886,611.00 New Total FY10 60.27% Federal Fund 39.73% General Fund Additional funds for the one- year grant agreement to provide funding for MI Choice Home and Community Based Services for the elderly and disabled waiver program services as an option to institutionalization in nursing facilities

24. DEPARTMENT OF ENERGY, LABOR AND ECONOMIC GROWTH

1) Various Statewide $ 172,725.00 Amendment Collaborative Organizations $ 575,891.00 New Total (Listing on File) FY10-11 100% General Fund The Grantees will receive additional funding for existing/new Regional Entrepreneurial Collaboratives to increase local workforce development through the creation of a culture of entrepreneurship

56

25. DEPARTMENT OF HUMAN SERVICES

1) Various $ 32,753,453.00 Amendment (Listing on file) $ 65,506,906.00 New Total FY11 100% Federal Fund Additional funds for second year of various programs to improve and revitalize low- income communities

26. DEPARTMENT OF NATURAL RESOURCES AND ENVIRONMENT

1) City of Flint $ 60,000.00 Amendment Genesee County, MI $ 366,000.00 New Total FY10 (AY96 - $35,000) (AY03 - $10,000) (AY05 - $15,000) 100% Restricted Fund Environmental Protection Bond Implementation Fund Additional funds for a one-year extension of the Two-year Site Assessment Fund Grant to conduct environmental response and remediation activities that protect the public health, the environment, and assist in redevelopment of brownfields

2) Muskegon County $ 181,322.00 Amendment Muskegon, MI $ 2,681,322.00 New Total FY10 100% Restricted Fund Clean Michigan Initiative Bond Fund Increased funds needed to complete a water main extension project in an area of groundwater contamination

3) Mink Salvage Yard $ 40,000.00 Amendment Fruitport, MI $ 140,000.00 New Total FY10(AY10) 100% Restricted Fund Scrap Tire Regulatory Fund Additional funds for the single fiscal year grant needed to remove and properly dispose of remaining scrap tires on site

57

SECTION V - DTMB SUBMITTED - NEW CONTRACTS

27. DEPARTMENT OF COMMUNITY HEALTH

1) Gilson, Inc. NOT TO EXCEED Middleton, WI $ 34,677.00 (one-time) FY10 100% Federal Fund 071I0200203 Laboratory Equipment

2) ScriptGuide RX, Inc. $ 456,000.00 (3yr 2mo 15dy) Grosse Pointe Park, MI FY10-13 100% Federal Fund 071I0200114 Pharmacy Benefits Management/Claims Adjudication Services for the Michigan Acquired Immune Deficiency Syndrome Drug Assistance Program

28. DEPARTMENT OF CORRECTIONS

1) Knight Consulting Service, $ 374,925.00 (3 years) Inc. FY10-13 100% General Fund Detroit, MI 071I0200064 Polygraph Testing Services

Pond Consulting Services, LLC $ 461,100.00 (3 years) Portage, MI FY10-13 100% General Fund 071I0200064 Polygraph Testing Services

Nancy Hanson Polygraph and $ 2,290,575.00 (3 years) Interviewing Service FY10-13 100% General Fund Rochester, MI 071I0200064 Polygraph Testing Services

29. DEPARTMENT OF ENERGY, LABOR AND ECONOMIC GROWTH

1) Bowe Bell + Howell Company $ 156,777.51 (3 years) Durham, NC FY10-13 100% Federal Fund 071I0200122 Maintenance and Repair of Mail Inserters

58

29. DEPARTMENT OF ENERGY, LABOR AND ECONOMIC GROWTH continued

2) Cadmus Group NOT TO EXCEED Portland, OR $ 496,637.00 (1 year) FY10 100% Restricted Fund Low-income and Energy Efficiency Fund 071B0200297 Baseline Energy Study

3) Dionex Corporation $ 208,028.95 (one-time) Bannock, IL FY10 50% Federal Fund 50% Restricted Fund Safety Education and Training Fund Security Fees Fund 071I0200184 Liquid Chromatograph Systems

30. DEPARTMENT OF NATURAL RESOURCES AND ENVIRONMENT

1) Air Devices Company $ 93,874.00 (one-time) Alpena, MI FY10 100% Restricted Fund Aircraft Fees 071I0200175 Three Rebuilt Aircraft Engines

2) Air Devices Company $ 250,000.00 Total Alpena, MI FY10 100% Restricted Fund Aircraft Fees 071I0200219 Sale and Purchase of Aircraft

3) Control Analytics NOT TO EXCEED Greensburg, PA $ 38,519.56 (one-time) FY10 100% Federal Fund 071I0200195 Teledyne Air Pollution Monitor Spare Parts

4) Lancaster Archery Supply NOT TO EXCEED Lancaster, PA $ 100,000.00 (one-time) FY10 50% Federal Fund 50% Restricted Fund Private Gift Match Fund 071I0200214 Archery Kits

59

30. DEPARTMENT OF NATURAL RESOURCES AND ENVIRONMENT continued

5) Safe Boats International $ 314,079.06 (one-time) LLC FY10 100% Restricted Fund Orchard, WA State Marine Fund 071I0200158 Great Lakes Patrol Boats

6) Wildlife Control Supplies, NOT TO EXCEED LLC $ 72,555.00 (one-time) East Granby, CT FY10 100% Restricted Fund Game & Fish Fund Private Fund 071I0200210 Air Cannon Nets and Launchers

31. DEPARTMENT OF STATE POLICE

1) A&A Harris Enterprises $ 102,900.00 (one-time) Alameda, CA FY10 100% General Fund 071I0200204 Contraband Detection Kits

2) Aramsco, Inc. $ 355,432.28 (one-time) Thorfore, NJ FY10 100% Federal Fund 071I0200145 Air Purifying Respirators

3) AeroComputers, $ 54,565.00 (one-time) Oxnard, CA FY10 100% General Fund 071I0200205 Street Level GPS

4) Custom Command Systems $ 65,000.00 (one-time) Bryon Center, MI FY10 100% Restricted Fund Forensic Science Fund 071I0200209 Bomb Truck Upgrades

5) Harris Corporation NOT TO EXCEED Troy, MI $ 47,560.00 (one-time) FY10 100% Other Federal Homeland Security Grant 071I0200196 Portable Radios and Equipment

60

31. DEPARTMENT OF STATE POLICE continued

6) Keyence Corporation $ 39,348.46 (one-time) Of America FY10 100% Restricted Fund Woodcliff, NJ State Forensic Lab Fund 071I0200177 Digital Microscope

7) Leap Technologies, Inc. $ 45,567.00 (one-time) Carboro, NC FY10 100% Restricted Fund Drunk Driving Equipment and Prevention Fund 071I0200232 Autosamplers

8) North Eastern Uniform $ 323,100.00 (3 years) & Equipment FY10-13 100% General Fund Saline, MI 071B0200296 Car Duty Jackets

9) PAC International $ 84,574.00 (one-time) Mount Pleasant, MI FY10 100% General Fund 071I0200139 Two Replacement Rotor Blades

10) Thermo Electron North $ 33,357.90 (one-time) America LLC FY10 100% Restricted Fund Somerset, NJ Drunk Driving Equipment and Prevention Fund 071I0200229 Gas Chromatographs with Flame Ionization Detectors

32. DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET

1) Bell Equipment NOT TO EXCEED Lake Orion, MI $ 500,000.00 (3 years) FY10-13 100% Various Funding 071I0200128 Safety Work Zone Equipment

Carrier & Gable NOT TO EXCEED Farmington Hills, MI $ 500,000.00 (3 years) FY10-13 100% Various Funding 071I0200128 Safety Work Zone Equipment

61

32. DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET continued

Cont. 1) Hertz Equipment NOT TO EXCEED Grand Rapids, MI $ 500,000.00 (3 years) FY10-13 100% Various Funding 071I0200128 Safety Work Zone Equipment

Truck & Trailer Specialties NOT TO EXCEED Dutton, MI $ 500,000.00 (3 years) FY10-13 100% Various Funding 071I0200128 Safety Work Zone Equipment

2) Future Fence Company $ 345,538.00 (one-time) Warren, MI FY10 100% Restricted Fund State Trunkline 071I0200202 Powder Coated Chain Link Fencing for Department of Transportation

3) Gordon Food Service, Inc. $ 550,000.00 (1 yr 9.5 mos) Grand Rapids, MI FY10-12 100% General Fund 071B0200299 Prime Vendor Food and Supplies (Hospital Purchasing Service #99 School Food Purchasing Program)- Statewide

4) Graybar Electric Company NOT TO EXCEED Walker, MI $ 70,179.24 (one-time) FY10 100% Revolving Fund See Bid Tab for list of funds 071I0200189 Fiber Optic Cabling

5) AIS Equipment NOT TO EXCEED Lansing, MI $ 1,000,000.00 (3 years) FY10-13 100% Various Funding 071I0200092 Earth Moving Equipment-Statewide

62

32. DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET continued

Cont. 5) Hertz Equipment NOT TO EXCEED Grand Rapids, MI $ 500,000.00 (3 years) FY10-13 100% Various Funding 071I0200092 Earth Moving Equipment-Statewide

JDE Equipment NOT TO EXCEED New Hudson, MI $ 1,000,000.00 (3 years) FY10-13 100% Various Funding 071I0200092 Earth Moving Equipment-Statewide

Michigan CAT NOT TO EXCEED Novi, MI $ 1,000,000.00 (3 years) FY10-13 100% Various Funding 071I0200092 Earth Moving Equipment-Statewide

Truck & Trailer Specialists NOT TO EXCEED Dutton, MI $ 1,000,000.00 (3 years) FY10-13 100% Various Funding 071I0200092 Earth Moving Equipment-Statewide

Southeastern Equipment NOT TO EXCEED Holt, MI $ 500,000.00 (3 years) FY10-13 100% Various Funding 071I0200092 Earth Moving Equipment-Statewide

6) ivyTek LLC NOT TO EXCEED Kalamazoo, MI $ 2,006,680.00 (5 years) FY10-15 100% Restricted Fund Criminal Justice Information Center 071I0200201 Electronic Crash and Electronic Citation Software, Maintenance, and Support

63

32. DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET continued

7) Maguire Mailing Systems NOT TO EXCEED Lansing, MI $ 99,144.00 (3 years) FY10-13 100% Revolving Fund Office of Support Services Internal Service Fund 071I0200119 Mail Ink Jet Addressing and Imaging System with Annual Maintenance and Software

8) Onix Networking Corporation NOT TO EXCEED Westlake, OH $ 112,023.00 (2 years) FY10-12 100% Restricted Fund 100% Various by Agency 071B1300021 Web Search Engine for the Department of Technology, Management and Budget

9) Falcon Road Maintenance NOT TO EXCEED Midland, MI $ 500,000.00 (3 years) FY10-13 100% Various Funding 071I0200129 Road Maintenance Equipment Purchase, Statewide

Hertz Equipment NOT TO EXCEED Grand Rapids, MI $ 500,000.00 (3 years) FY10-13 100% Various Funding 071I0200129 Road Maintenance Equipment Rental, Statewide

Michigan CAT Equipment NOT TO EXCEED Novi, MI $ 500,000.00 (3 years) FY10-13 100% Various Funding 071I0200129 Road Maintenance Equipment Rental and Purchase, Statewide

JDE Equipment NOT TO EXCEED New Hudson, MI $ 250,000.00 (3 years) FY10-13 100% Various Funding 071I0200129 Road Maintenance Equipment Purchase, Statewide

64

32. DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET continued

10) RR Donnelly $ 126,537.50 (3 yrs 3 mos) Southfield, MI FY10-13 100% Restricted Fund Office of Support Services Internal Service Fund 071I0200147 Mail Pressure Sealer with Annual Maintenance and Software

11) Various $ 3,180,533.55 (5 years) (Listing on file) FY10-15 100% Various Funding See bid tab for list of funds 071I0200104 Rubbish Removal Services-Statewide

12) Various $ 1,510,494.04 (4 years) (Listing on file) FY10-14 100% Various Funding See bid tab for list of funds 071I0200050 Janitorial Services-Southwest Region for multiple departments

33. DEPARTMENT OF TRANSPORTATION

1) Monroe Truck Equipment $ 72,248.00 (one-time) Flint, MI FY10 100% Restricted Fund State Trunkline Fund 071I0200159 Articulating Crane

2) National Signal, Inc. $ 249,390.00 (one-time) Fullerton, CA FY10 100% Federal Fund 071I0200146 18 Dynamic Message Signs

3) Sun West Sales $ 70,560.00 (3 years) Hayward, CA FY10-13 100% Restricted Fund State Trunkline Fund 071I0200105/071IB0200282 Adopt-A-Highway Safety Vest

65

33. DEPARTMENT OF TRANSPORTATION continued

4) Kennametal, Inc. $ 227,601.25 (one-time) Latrobe, PA FY10 100% Restricted Fund State Trunkline 071I0200176 Cutting Edges

Truck & Trailer Specialties $ 33,080.40 (one-time) of Boyne Falls, Inc. FY10 100% Restricted Fund Boyne Falls, MI State Trunkline 071I0200176 Cutting Edges

SECTION VI - DTMB SUBMITTED – CONTRACT CHANGES

34. DEPARTMENT OF COMMUNITY HEALTH

1) Detroit Bio Med $ 279,000.00 Amendment Laboratories, Inc. $ 709,645.00 New Total Farmington Hills, MI FY11-12 62% Federal Fund 3% Restricted Fund First and Third Party Payments 35% Other Fund County Match, Inter School District 071B8200075 Additional funding for a one-year option to the contract for Medical Lab Services-Hawthorn Center

2) RX America LLC $ 0.00 Amendment Nashville, TN $ 200,000.00 New Total 100% Federal Fund 071B5200355 For a two-month, ten-day extension of the contract for Pharmacy Benefits Management Drug Assistance Program-HIV Division

66

35. DEPARTMENTS OF COMMUNITY HEALTH, ENERGY, LABOR AND ECONOMIC GROWTH, and NATURAL RESOURCES AND ENVIRONMENT

1) Action Data $ 1,072,368.00 Amendment Southfield, MI $ 3,189,616.00 New Total FY11 100% Federal Fund 071B9200005 Additional funds for a one-year option to the contract for Data Entry Services

36. DEPARTMENT OF ENERGY, LABOR AND ECONOMIC GROWTH

1 Moore & Associates, Inc. $ 125,033.00 Amendment Southfield, MI $ 625,166.00 New Total FY11 100% Federal Fund 071B6200385 Additional funds for a one-year option to the contract for Michigan Works! Data Collection

37. DEPARTMENT OF STATE POLICE

1) ATC Associates $ 50,000.00 Amendment Novi, MI $ 290,000.00 New Total FY10-11 100% General Fund 071B9200260 Additional funding to add the Department of State Police to the DTMB contract for Industrial Hygiene Consulting Services

38. DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET

1) OCE North America, Inc. $ 52,650.00 Amendment Troy, MI $ 964,447.00 New Total FY10-13 100% Revolving Fund Office Services Fund 071B9200227 Additional funding for Printer Equipment Maintenance

67

38. DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET continued

2) Hewlett Packard $ 2,200,000.00 Amendment Plano, TX $ 16,023,709.00 New Total FY11 100% Restricted Fund State Trunkline Fund 071B8200039 Additional funding for a one-year option to the contract for IT Program Support for the Department of Transportation

3) Maximus, Inc. $ 275,000.00 Amendment Lansing, MI $ 2,125,000.00 New Total FY10-11 80% General Fund 20% Restricted Fund Varies by Agency and Request See bid tab 071B7200042 Additional funds for a one-year option to the contract for Central Cost Analysis/SWCAP Preparation

4) Saber Software, Inc. $ 2,000,000.00 Amendment Business Contracting $ 4,989,440.00 New Total Entity for HP FY10-12 100% General Fund Lansing, MI 071B7200344 Additional funding for a one-year, 3-month, 21-day option to the contract for the Integrated Tax Project Control Office for the Department of Treasury

68

38. DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET continued

Various RE:START Vendors Amendment(s) to existing contract(s) for Short-term Staff Augmentation for Information Technology for various departments

5) Data-Core NOT TO EXCEED (Subhasnini Venugopal) $ 103,664.00 Amendment Bloomfield Hills, MI $ 321,688.00 New Total FY11 50% Federal Fund 50% General Fund 071B8200276 Additional funding for a one-year option to the contract for a Programmer Analyst to assist the Department of Human Services with support of the Federal Statewide Automated Child Welfare Information System (SACWIS)

6) Data-Core NOT TO EXCEED (Uday Kiran) $ 103,664.00 Amendment Bloomfield Hills, MI $ 207,308.00 New Total FY11 50% Federal Fund 50% General Fund 071B0200053 Additional funding for a one-year option to the contract for a Programmer Analyst to assist the Department Human Services with support of the Federal Statewide Automated Child Welfare Information System (SACWIS)

69

38. DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET continued

7) Dewpoint, Inc. NOT TO EXCEED (Ron Hostine) $ 146,816.00 Amendment Lansing, MI $ 457,320.00 New Total FY10 100% Restricted Fund Liquor Purchase Revolving Fund Additional funding for a one- year option to the contract for a Senior Business Analyst to assist the Michigan Liquor Control Commission in developing business requirement documents and with replacement of the existing mainframe legacy application

8) Information Gateway NOT TO EXCEED (Amit Shan) $ 102,374.00 Amendment Bingham Farms, MI $ 319,347.00 New Total FY11 100% Revolving Fund MI One Stop Project 071B9200033 Additional funding for a one-year option to the contract for a Programmer Analyst experienced in Java, J2EE application, software Architect, and experience in Enterprise application design, integration and process design concepts so assist with the Michigan Business Services Improvement Initiative-Wave 2

70

38. DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET continued

9) Optech NOT TO EXCEED (Kiran Dondapati) $ 105,846.00 Amendment Detroit, MI $ 326,092.00 New Total FY11 100% Revolving Fund MI One Stop Project 071B9200034 Additional funding for a one-year option to the contract for a Programmer Analyst experienced in Java, J2EE application, software Architect, and experience in Enterprise application design, integration and process design concepts so assist with the Michigan Business Services Improvement Initiative-Wave 2

10) Optech NOT TO EXCEED (Srinivas Parkala) $ 105,846.00 Amendment Detroit, MI $ 440,492.00 New Total FY11 100% Revolving Fund MI One Stop Project 071B9200034 Additional funding for a one-year option to the contract for a Programmer Analyst experienced in Java, J2EE application, software Architect, and experience in Enterprise application design, integration and process design concepts so assist with the Michigan Business Services Improvement Initiative-Wave 2

71

38. DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET continued

11) Peer Solutions NOT TO EXCEED (Peter Campanale) $ 141,082.24 Amendment Farmington Hills, MI $ 446,484.24 New Total FY11 100% Federal Fund 071B8200272 Additional funding for a one-year option to the contract for a Senior Programmer Analyst to assist the Department of Transportation’s Bureau of Transportation Planning, in maintaining and enhancing several programs collectively known as the Traffic Monitoring Information System

12) Questa Technology NOT TO EXCEED (Steve Doerr) $ 207,328.00 Amendment Pennsauken, NJ $ 654,016.00 New Total FY11 100% Revolving Fund IT Fund 071B8200216 Additional funds for a one-year option to the contract for a Strategic Technology/Data Center, Telecommunications Architecture, and Data Center consultant to assist the Department of Technology, Management and Budget, Data Center Operations

72

38. DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET continued

13) Saber Software, Inc. NOT TO EXCEED (Jean Williams, Pete Burno) $ 337,280.00 Amendment Lansing, MI $ 1,044,480.00 New Total FY11 100% Federal Fund 071B8200282 Additional funding for a one-year option to the contract for two Senior Programmer Analysts to assist the Department of Education, Office of Educational Assessment and Accountability, in providing technical support and quality assurance services for the OEAA assessment programs

14) VED Software NOT TO EXCEED (Ravi Patel) $ 99,200.00 Amendment Troy, MI $ 198,400.00 New Total FY11 50% Federal Fund 50% General Fund 071B0200051 Additional funding for a one-year option to the contract for a Programmer Analyst to assist the Department of Human Services with support of the Federal Statewide Automated Child Welfare Information System (SACWIS)

39. DEPARTMENT OF TREASURY

1) Elavon $ 5,000,000.00 Amendment West Mifflin, PA $ 19,261,170.00 New Total FY11-12 50% General Fund 50% Other Various Funds See Bid Tab for list of funds 071B5200402 Additional funding for a one-year option to the contract for Credit and Debit Card Processing Services

SECTION VII - RELEASE OF FUNDS TO WORK ORDER 73

SECTION VIII - REVISION TO WORK ORDER

SECTION IX - CLAIMS - PERSONAL PROPERTY LOSS

SECTION X - CLAIMS – PERSONAL INJURY LOSS

SECTION XI - SPECIAL ITEMS

40. DEPARTMENT OF CORRECTIONS

Requests permission to dispose of unclaimed and abandoned prisoner property without intrinsic value in accordance with PD-BCF-53.01, Section IV, Abandoned and Unclaimed Property from the following facilities:

Baraga Correctional Facility, 7/22/2010

41. DEPARTMENT OF HUMAN SERVICES

The DHS appropriations bill requires that liens be placed on real property when State Emergency Relief (SER) is issued for mortgage payments, land contract payments, property taxes and home repairs. The lien is required when payments exceed $250.00 on one or a combination of these services. Such payments were made for delinquent taxes, and the recipients have repaid the department in full. The Department is requesting permission from the Board to release the following lien:

$ 955.00 at 8839 Petz Rd, Imlay City, MI

42. DEPARTMENT OF MILITARY AND VETERANS AFFAIRS

Reporting an emergency purchase orders in accordance with Administrative Guide Procedure 0620.02 PO #511N0202243 for $42,279.79 with Gill Marketing for the purchase of a dishwasher for the D. J. Jacobetti Home for Veterans

43. DEPARTMENT OF NATURAL RESOURCES AND ENVIRONMENT

Requests approval to pay the annual membership to the Council of the Great Lakes Governors

74

44. DEPARTMENT OF STATE

Requests approval of the USCIS Anticipated Collections from Non- Federal Sources Addendum between the United States Department of Homeland Security, United States Citizenship and Immigration Services (DHS-USCIS) and Michigan Department of State for the Systematic Alien Verification for Entitlements (SAVE) program

45. DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET

State Administrative Board Secretary’s Report of Unresolved Claims over 90 Days Old, dated August 13, 2010

The Director of the Department of Technology, Management and Budget recommends approval by the State Administrative Board of the items contained in Sections I, II, III, IV, V, and VI of this agenda. Approval by the State Administrative Board of these award recommendations does not require or constitute the award of same. Award of contracts shall be made at the discretion of the DTMB Director or designee.

75

S U P P L E M E N T A L A G E N D A 9/3/2010 5:25 version

FINANCE AND CLAIMS COMMITTEE STATE ADMINISTRATIVE BOARD September 7, 2010, 11:00 a.m. September 14, 2010, 11:00 a.m. Lake Superior Room Lake Superior Room 1st Floor, Michigan Library 1st Floor, Michigan Library and Historical Center and Historical Center ......

This agenda is for general informational purposes only. At its discretion the Finance and Claims Committee may revise this agenda and may take up other issues at the meeting.

Approval of the items on this agenda authorizing expenditures in the fiscal year beginning October 1, 2010 and ending on September 30, 2011 are contingent upon the enactment of appropriations for the fiscal year beginning October 1, 2010 and ending on September 30, 2011.

SECTION I - AGENCY SUBMITTED – NEW CONTRACTS

SECTION II – AGENCY SUBMITTED - CONTRACT CHANGES

SECTION III – AGENCY SUBMITTED - NEW GRANTS

SECTION IV – AGENCY SUBMITTED - GRANT CHANGES

SECTION V - DTMB SUBMITTED - NEW CONTRACTS

1s. DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET

1) Various Vendors $ 15,319,930.96 (5 years) (Listing on file) FY11-15 Various Funding See bid tab for list of funds Various Critical Maintenance Contracts for Software Support for various departments

2) C.O.P.S. Health Trust $ 3,740,000.00 (2 yrs, 2 wks) Troy, MI FY11-12 100% Restricted Fund State Sponsored Group Insurance Fund 071R0200341 C.O.P.S. Trust Health Care Plan A for the Civil Service Commission for the Michigan State Police Troopers Association

SECTION VI - DTMB SUBMITTED – CONTRACT CHANGES

2s. DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET

1) Compuware Corporation $ 142,952.00 Amendment Okemos, MI $ 2,214,430.00 New Total FY11 100% Restricted Fund State Trunkline Fund 071B7200346 Additional funding for the Contract Management System and Implementation Services for Michigan Department of Transportation

2) Infoprint Solutions, LLC $ 190,599.40 Amendment Boulder, CO $ 812,649.86 New Total FY11 100% Federal Fund 071B8200042 Additional funding for Infoprint Maintenance and Supplies for the Unemployment Insurance Agency

3) Novell, Inc. $ 400,000.00 Amendment Provo, UT $ 3,400,000.00 New Total FY11 100% Various Funding DIT Bill Back to Department 071B0200004 Additional funding for Novell Software Maintenance and Support for the Office of Automation Services

4) Wesco Distribution, Inc. $ 314,900.00 Amendment Lansing, MI $ 1,445,691.47 New Total FY10-11 8% Restricted Fund State Trunkline Fund 071B6200384 Electrical Supplies, Statewide

2

2s. DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET continued

5) MetaOps $ 62,300.00 Amendment Livonia, MI $ 62,300.00 New Total FY10 100% General Fund 071B0200306 Additional funds for the contract for Business Process Re- engineering(BPR)/Consulting Services to provide BPR training

Various RE:START Vendors Amendment(s) to existing contract(s) for Short-term Staff Augmentation for Information Technology for various departments

6) Digital Technology Solutions NOT TO EXCEED (Xiaohong Wu) $ 105,846.00 Amendment Novi, MI $ 326,092.00 New Total FY10-11 100% Revolving Fund See bid tab for list of funds 071B8200274 Additional funding for a one-year option to the contract for a Programmer Analyst to assist with the Michigan Business Services Improvement Initative-Wave2

7) Symbiosis International NOT TO EXCEED (Givindarajan Umakanthan) $ 109,120.00 Amendment Okemos, MI $ 218,240.00 New Total FY11 100% Federal Fund 071B9200261 Additional funding for a one-year option to the contract for a Programmer Analyst to assist the Department of Community Health with support and modifications of the Itemized Billing System application for the Medicare Program

3

2s. DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET continued

8) V2Soft NOT TO EXCEED (Teresa Grey) $ 127,313.28 Amendment Bingham Farms, MI $ 406,393.28 New Total FY10-11 100% Revolving Funds MLAN Service Rating 071B8200209 Additional funding for a one-year option to the contract for a Network Administrator to assist Telecommunications with delivery of services to State agency customers

3s. DEPARTMENT OF TREASURY

1) Technology Partnership Group $ 0.00 Amendment Indianapolis, IN $ 395,895.00 New Total 071B7200348 For two, one-year options to the contract for the Loan and Bonds Management System

4s. DEPARTMENT OF TREASURY/DEPARTMENT OF COMMUNITY HEALTH

1) Integris Inc. $ 80,025.31 Amendment Lansing, MI $ 238,137.46 New Total FY11 35% General Fund 65% Restricted Fund Delinquent Collection Revenue 071B9200134 Additional funding for Hummingbird Bi-Query License Renewal

SECTION VII - RELEASE OF FUNDS TO WORK ORDER

SECTION VIII - REVISION TO WORK ORDER

SECTION IX - CLAIMS - PERSONAL PROPERTY LOSS

SECTION X - CLAIMS – PERSONAL INJURY LOSS

SECTION XI - SPECIAL ITEMS

4

The Director of the Department of Technology, Management and Budget recommends approval by the State Administrative Board of the items contained in Sections I, II, III, IV, V, and VI of this agenda. Approval by the State Administrative Board of these award recommendations does not require or constitute the award of same. Award of contracts shall be made at the discretion of the DTMB Director or designee.

5

R E C O V E R Y A C T F U N D S A G E N D A 9/3/2010 5:25 version

FINANCE AND CLAIMS COMMITTEE STATE ADMINISTRATIVE BOARD September 7, 2010, 11:00 a.m. September 14, 2010, 11:00 a.m. Lake Superior Room Lake Superior Room 1st Floor, Michigan Library 1st Floor, Michigan Library and Historical Center and Historical Center ......

This agenda is for general informational purposes only. At its discretion the Finance and Claims Committee may revise this agenda and may take up other issues at the meeting.

Approval of the items on this agenda authorizing expenditures in the fiscal year beginning October 1, 2010 and ending on September 30, 2011 are contingent upon the enactment of appropriations for the fiscal year beginning October 1, 2010 and ending on September 30, 2011.

SECTION I - AGENCY SUBMITTED – NEW CONTRACTS

1a. DEPARTMENT OF ATTORNEY GENERAL

1) Kerry Zahner NOT TO EXCEED Charlevoix, MI $ 95,000.00 Total FY11 100% Recovery Act Fund Legal services for litigation as a Domestic Violence prosecutor

2) James Deamud NOT TO EXCEED Houghton Lake, MI $ 95,000.00 Total FY11 100% Recovery Act Fund Legal services for litigation as a Domestic Violence prosecutor

3) Erin House NOT TO EXCEED Traverse City, MI $ 96,180.00 Total FY11 100% Recovery Act Fund Legal services for litigation as a Domestic Violence prosecutor

1a. DEPARTMENT OF ATTORNEY GENERAL continued

4) Michael Stein NOT TO EXCEED Traverse City, MI $ 105,000.00 Total FY11 100% Recovery Act Fund Legal services for litigation as a Criminal Sexual Assault prosecutor

SECTION II – AGENCY SUBMITTED - CONTRACT CHANGES

SECTION III – AGENCY SUBMITTED - NEW GRANTS

2a. DEPARTMENT OF COMMUNITY HEALTH

1) Center for Social $ 229,100.00 Total Gerontology FY11 100% Recovery Act Fund Ann Arbor, MI One-year grant agreement to provide funding for the development and implementation of an initiative called “Smoke Free Housing Policies”

2) Sault Ste. Marie Tribe of $ 35,000.00 Total Chippewa Indians FY11 100% Recovery Act Fund Sault Ste. Marie, MI One-year grant agreement to provide funding for media and development of educational materials for Native Americans regarding secondhand smoke policies in tribal housing

3) South Eastern Michigan $ 133,800.00 Total Indians, Inc. FY11 100% Recovery Act Fund Center Line, MI One-year grant agreement to provide funding for coordination of multi-phase smoke free initiative among urban Indians in Southeastern Michigan

2

2a. DEPARTMENT OF COMMUNITY HEALTH continued

4) Michigan Center for Rural $ 1,642,210.00 Total Health FY11 83% Federal Fund East Lansing, MI 1% Recovery Act Fund 3% General Fund 3% Local One-year grant agreement to provide funding for the administration of the Rural Hospital Flexibility program and State Office of Rural Health Program

5) Michigan Primary Care $ 145,297.00 Total Association FY11 86% Federal Fund Lansing, MI 14% Recovery Act Fund One-year grant agreement to provide funding for the placement of primary care providers in designated shortage areas; technical assistance to communities for development of primary care services and collection, analysis and dissemination of data relevant to Primary Health Care in Michigan

6) Free and Clear, Inc. $ 1,000,000.00 Total Seattle, WA FY11 31% Federal Fund 25% Restricted Fund Healthy Michigan Fund 44% Recovery Act Fund One-year grant agreement to provide smoking cessation services to segments of the Michigan population

3

3a. DEPARTMENT OF ENERGY, LABOR AND ECONOMIC GROWTH

1) Statewide Workforce $ 4,259,011.00 Total Development Boards FY10-13 100% Recovery Act Fund (Listing on file) The Grantees will receive federal ARRA funds to support job training and retraining programs for Michigan’s skilled trade workers in the electric power workforce sector

SECTION IV – AGENCY SUBMITTED - GRANT CHANGES

SECTION V - DTMB SUBMITTED - NEW CONTRACTS

4a. DEPARTMENT OF CORRECTIONS

1) Graybar Electric Company $ 55,550.75 (one-time) Flint, MI FY10 100% Recovery Act Fund 071I0200183 Energy Efficient Lighting Fixtures and Supplies for Thumb Correctional Facility

SECTION VI - DTMB SUBMITTED – CONTRACT CHANGES

SECTION VII - RELEASE OF FUNDS TO WORK ORDER

SECTION VIII - REVISION TO WORK ORDER

SECTION IX - CLAIMS - PERSONAL PROPERTY LOSS

SECTION X - CLAIMS – PERSONAL INJURY LOSS

SECTION XI - SPECIAL ITEMS

The Director of the Department of Technology, Management and Budget recommends approval by the State Administrative Board of the items contained in Sections I, II, III, IV, V, and VI of this agenda. Approval by the State Administrative Board of these award recommendations does not require or constitute the award of same. Award of contracts shall be made at the discretion of the DTMB Director or designee.

4

APPROVED

September 14, 2010

Michigan State Administrative Board COMMITTEE REPORT TO THE STATE ADMINISTRATIVE BOARD ______

The Honorable Jennifer M. Granholm, Governor and Members of the State Administrative Board

A special meeting of the Finance and Claims Committee was held at 11:00 a.m. on September 14, 2010. Those present being:

Chairperson: Mary G. MacDowell, representing Approved ______State Treasurer Kleine

Member: Corina Pena Andorfer, representing Approved ______Governor Granholm

Member: Iris Lopez, representing Approved ______Attorney General Cox

Others: Patrick F. Isom, Department of Attorney General; Rick Floria, Department of Education; Sherry Bond, James Burris, Janet Rouse, Department of Technology, Management and Budget; Brian DeBano, Department of State; Mike Blackledge, Leon Hank, Betsy Steudle, Department of Transportation; Katelyn Carey, Lt. Governor’s Staff ______

The Finance and Claims Committee special agenda was presented.

Following discussion, Ms. Lopez moved that the special agenda be recommended to the State Administrative Board for approval. The motion was supported by Ms. Andorfer and unanimously adopted.

Ms. MacDowell adjourned the meeting. S P E C I A L A G E N D A 09/13/2010 9:10 version

FINANCE AND CLAIMS COMMITTEE STATE ADMINISTRATIVE BOARD September 14, 2010, 11:00 a.m. September 14, 2010, 11:00 a.m. Lake Superior Room Lake Superior Room 1st Floor, Michigan Library 1st Floor, Michigan Library and Historical Center and Historical Center ......

This agenda is for general informational purposes only. At its discretion the Finance and Claims Committee may revise this agenda and may take up other issues at the meeting.

SECTION I - AGENCY SUBMITTED – NEW CONTRACTS

SECTION II – AGENCY SUBMITTED - CONTRACT CHANGES

SECTION III – AGENCY SUBMITTED - NEW GRANTS

SECTION IV – AGENCY SUBMITTED - GRANT CHANGES

SECTION V - DTMB SUBMITTED - NEW CONTRACTS

1s. DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET

1) Mindteck, Inc. $ 1,577,280.00 (5 years) Enola, PA FY11-15 100% Federal Fund 071I0200173 Child Nutrition Application Program for the Department of Education

SECTION VI - DTMB SUBMITTED - CONTRACT CHANGES

SECTION VII - RELEASE OF FUNDS TO WORK ORDER

SECTION VIII - REVISION TO WORK ORDER

SECTION IX - CLAIMS - PERSONAL PROPERTY LOSS

SECTION X - CLAIMS – PERSONAL INJURY LOSS

SECTION XI - SPECIAL ITEMS

The Director of the Department of Technology, Management and Budget recommends approval by the State Administrative Board of the items contained in Sections I, II, III, IV, V, and VI of this agenda. Approval by the State Administrative Board of these award recommendations does not require or constitute the award of same. Award of contracts shall be made at the discretion of the DTMB Director or designee.

------

Ms. MacDowell presented the Finance and Claims Committee Reports for the regular meeting of September 7, 2010, and the special meeting of September 14, 2010. After review of the foregoing Finance and Claims Committee Reports, Ms. MacDowell moved that the Report covering the regular meeting of September 7, 2010, and the special meeting of September 14, 2010, be approved and adopted. The motion was supported by Mr. DeBano and Mr. Isom asked for a clarification of the information on the report of September 7, 2010. Ms. MacDowell clarified the information on the report and the motion was unanimously approved. APPROVED September 14, 2010

Michigan State Administrative Board

COMMITTEE REPORT TO THE STATE ADMINISTRATIVE BOARD ______

The Honorable Jennifer M. Granholm, Governor and Members of the State Administrative Board

A regular meeting of the Transportation and Natural Resources Committee was held at 3:30 p.m. on September 8, 2010. Those present being:

Chairperson: Duane Berger, representing Approved ______Secretary of State Land

Member: Katelyn Carey, representing Approved ______Lt. Governor Cherry

Member: James Shell, representing Approved ______Attorney General Cox

Others: Tom Hoane, Department of Natural Resources and Environment; Sherry Bond, Janet Rouse, Department of Technology, Management and Budget; Mike Blackledge, Claire Carter, Connie Hanrahan, Chad Rajala, Pat Scarlett, Betsy Steudle, Department of Transportation ______

There was no Department of Natural Resources and Environment, Water Resources Division agenda presented.

The Department of Natural Resources and Environment, Mineral and Land Management Section agenda was presented.

Following discussion, Mr. Shell moved that the Natural Resources and Environment, Mineral and Land Management Section agenda be recommended to the State Administrative Board for approval. Supported by Ms. Carey, the motion was unanimously adopted.

The Department of Transportation regular agenda was presented.

Following discussion, Mr. Shell moved that the Transportation regular agenda be recommended to the State Administrative Board for approval with the following:

1. Items 28, 40, and 84 of the regular agenda contingent upon approval by the Office of Commission Audit;

Transportation and Natural Resources Report September 8, 2010 Page 2

2. Items 28, 84, 320, 321, and 322 of the regular agenda contingent upon approval by the Department of Attorney General; 3. Items 336, 337, and 339 of the regular agenda contingent upon receipt of the 10% over engineer’s estimate letter; and 4. Item 39 of the regular agenda corrected to include the word amendatory in the agenda writeup.

Supported by Ms. Carey, the motion was unanimously adopted.

Mr. Berger adjourned the meeting.

At the State Administrative Board meeting on September 14, 2010, Items 40, 84, and 339 were withdrawn by the Department of Transportation.

A G E N D A

DEPARTMENT OF NATURAL RESOURCES AND ENVIRONMENT MINERAL AND LAND MANAGEMENT SECTION ITEMS FOR THE

TRANSPORTATION AND NATURAL RESOURCES COMMITTEE - STATE ADMINISTRATIVE BOARD

Transportation and Natural Resources – September 8, 2010 - 3:30 P.M. State Administrative Board Meeting – September 14, 2010 – 11:00 A.M.

......

This agenda is for general informational purposes only. At its discretion, the Transportation and Natural Resources Committee may revise this agenda and may take up other issues at the meeting.

MINERAL LEASES

1. TWO DIRECT NONMETALLIC SAND AND GRAVEL LEASES – DEVELOPMENT: Nonmetallic sand and gravel lease rights to 240 acres, more or less, of state-owned mineral rights, located in Section 35, T45N, R19W, Munising Township, Alger County, and Section 10, T43N, R18W, Garden Township, Delta County, have been requested by the United States Department of Agriculture, Forest Service, of Escanaba, Michigan

Terms: Seven-year term with a possible three-year extension, if in the best interest of the state. Royalty rates are $0.2941 per ton for sand and $0.6015 per ton for gravel.

The Chief of Forest Management Division approved Item 1 on August 16, 2010. The form of legal document involved in this transaction has previously been approved by the Attorney General.

I recommend approval.

Respectfully submitted: Department of Natural Resources and Environment

By:______Mary Uptigrove for Thomas Wellman, Manager Mineral and Land Management Section Forest Management Division

Page 1 of 1 AGENDA

DEPARTMENT OF TRANSPORTATION

TRANSPORTATION and NATURAL RESOURCES COMMITTEE STATE ADMINISTRATIVE BOARD

T&NR Meeting: September 8, 2010 – Lake Superior Room, 1st Floor, Michigan Library and Historical Center, 3:30 PM State Administrative Board Meeting: September 14, 2010 - Lake Superior Room, 1st Floor, Michigan Library and Historical Center, 11:00 AM

This agenda is for general informational purposes only. Approval of the items on this agenda authorizing expenditures in the fiscal year beginning October 1, 2010, and ending on September 30, 2011, are contingent upon the enactment of appropriations for the fiscal year beginning October 1, 2010, and ending on September 30, 2011. At its discretion, the Transportation and Natural Resources Committee may revise this agenda and may take up other issues at the meeting.

CONTRACTS

1. HIGHWAYS (Real Estate) – Resolution “A” (Railroad Easement) Sale RR-046-E, Item 1, Control Section 0640C7, Parcel 3A

The subject tract is located in the Township of Standish, Arenac County, Michigan, and contains approximately 2,500 square feet. The property was appraised by Ronald Adams, Property Analyst, Program and Property Management Unit, on May 27, 2010, at $500. The appraised property was approved for sale by Patrick Scarlett, Supervisor, Program and Property Management Unit, Project Development Section, Real Estate Division, on June 1, 2010, at the amount of $500. The easement was requested by the Arenac County Road Commission for highway purposes. The easement is necessary to accommodate the widening of Worth Road beyond what is possible within the existing easement area. The tract was not offered to the local municipalities because it is an easement. The easement was approved by the Bureau of Aeronautics and Freight Services.

Criticality: This transaction is necessary for the Arenac County Road Commission to complete a road improvement and widening project on Worth Road in Standish Township. Purpose/Business Case: The purpose of granting an easement on railroad property is to allow state agencies, local units of government, or private parties the use of MDOT property while MDOT maintains the integrity of the railroad corridor by retaining the fee ownership. MDOT may charge a processing fee to offset costs associated with granting such easements. Benefit: MDOT benefits by allowing the use of a portion of the railroad corridor without affecting the functionality of the corridor by retaining the fee interest. This addresses issues involving landlocked property, encroachments, or other property concerns. Funding Source: N/A. Commitment Level: Railroad easements are appraised to determine fair market value. The sale price or exchange value is based on that appraised value. Risk Assessment: Easements are utilized in situations in which MDOT would like to retain fee ownership while addressing a specific real estate need. Cost Reduction: The state does not accept less than fair market value. * Denotes a non-standard contract/amendment______9/14/10 Page 1 Selection: N/A. New Project Identification: N/A. Zip Code: 48658.

2. *AERONAUTICS AND FREIGHT (Aeronautics) - Increase Amount Amendatory Contract (2007-0760/A1) between MDOT and the City of Battle Creek will increase the contract amount by $17,000 due to higher than anticipated costs associated with the conduct of the noise study. The original contract provides for the conduct of a noise study (phase 1) at the W. K. Kellogg Airport in Battle Creek, Michigan. The contract term remains unchanged, September 20, 2007, through September 19, 2027. The revised contract amount will be $617,000. Source of Funds:

Previous Total Total Increase Revised Total Federal Aviation Administration (FAA) Funds $570,000 $16,150 $586,150 State Bond Funds $ 15,000 $ 425 $ 15,425 City of Battle Creek Funds $ 15,000 $ 425 $ 15,425 Total $600,000 $17,000 $617,000

Criticality: The additional funding will supplement the cost of modifying noise contour lines to reflect the existing terminal area forecast for the airport. This will determine if changes in aviation operations have significantly impacted the noise levels at the airport and if noise mitigation is necessary. Purpose/Business Case: To increase the contract amount by $17,000 to cover higher than anticipated costs associated with the conduct of the noise study. Benefit: Will provide the funding needed to complete the work and close the project. Funding Source: 95% FAA Funds; 2.5% State Bond Funds; 2.5% City of Battle Creek Funds. Commitment Level: The contract is for a fixed cost. Risk Assessment: The risk of not approving the amendment is the loss of federal funds for the additional work at the airport. Cost Reduction: The consultant contract was reviewed by MDOT personnel for appropriateness and further cost reductions. Selection: N/A. New Project Identification: This is not a new project. Zip Code: 49015.

3. *AERONAUTICS AND FREIGHT (Aeronautics) - Increase Amount Amendatory Contract (2009-0598/A1) between MDOT and the Michigan Department of Military and Veterans Affairs (MDMVA) will increase the contract amount by $73,000 due to higher than anticipated costs associated with the construction of the new civilian area. The original contract provides for the construction of a new civilian area (phase III) at the Grayling Army Airfield in Grayling, Michigan. The contract term remains unchanged, July 31, 2009, through July 30, 2029. The revised contract amount will be $236,670. Source of Funds:

Previous Total Total Increase Revised Total Federal Aviation Administration (FAA) Funds $155,486 $69,350 $224,836 State Restricted Aeronautics Funds $ 4,092 $ 1,825 $ 5,917 MDMVA Funds $ 4,092 $ 1,825 $ 5,917 Total $163,670 $73,000 $236,670

* Denotes a non-standard contract/amendment______9/14/10 Page 2 Criticality: The construction of the new facility (phase III) will provide individuals and small businesses with a facility specifically for general aviation, separate from army operations, at the airport. Due to safety and security the army is establishing clear boundaries between army and general use. The funding increase for this project is based on as-constructed quantities. Purpose/Business Case: To increase the contract amount by $73,000 to cover higher than anticipated costs associated with the construction of the new civilian area. Benefit: Will provide the funding needed to complete the work and close the project. Funding Source: 95% FAA Funds; 2.5% State Restricted Aeronautics Funds; 2.5% MDMVA Funds. Commitment Level: The contract is for a fixed cost. Risk Assessment: The risk of not approving the amendment is loss of federal funds for the additional work at this airport. Cost Reduction: The construction was bid through MDOT and awarded to the lowest bidder. There were four bidders. Selection: N/A. New Project Identification: This is not a new project. Zip Code: 49739.

4. AERONAUTICS AND FREIGHT (Aeronautics) – Airfield Crack Sealing and Paint Marking Contract (2010-0368) between MDOT and the Dickinson County Board of Commissioners will provide federal and state grant funds for the undertaking of airfield crack sealing and paint marking at the Ford Airport in Iron Mountain, Michigan. This is a sub-grant issued pursuant to the conditions of the block grant given to MDOT by the Federal Aviation Administration (FAA). The contract will be in effect from the date of award through 20 years to comply with an FAA regulation that requires airports receiving federal funding for certain types of projects to remain fully operational for a period of 20 years. The airport sponsor will have from the date of award through three years to complete the project. The estimated project amount will be $85,000. Source of Funds: FAA Funds (via block grant) - $80,750; State Restricted Aeronautics Funds - $2,125; Dickinson County Funds - $2,125.

Criticality: The FAA requires that pavement cracks be sealed to extend pavement life and reduce the need for repairs and costly rehabilitation. The FAA also requires that airport pavements be marked with paint to indicate the centers and edges of runways, taxiways, and aprons; aircraft stopping points; and runway approaches. This project will enhance airport safety. Purpose/Business Case: To provide for the undertaking of airfield crack sealing and paint marking. Benefit: Will enhance airport safety. Funding Source: 95% FAA Funds; 2.5% State Restricted Aeronautics Funds; 2.5% Dickinson County Funds. Commitment Level: The contract is for a fixed cost. Risk Assessment: If the contract is not approved, the project may not proceed as planned, as the local sponsor cannot afford the cost without federal and state participation. Cost Reduction: The construction was bid through MDOT and awarded to the lowest bidder. There were five bidders for the crack sealing and three bidders for the paint marking. Selection: N/A. New Project Identification: This is a new project. Zip Code: 49801.

* Denotes a non-standard contract/amendment______9/14/10 Page 3 5. *AERONAUTICS AND FREIGHT (Aeronautics) – Design of Terminal Building Contract (2010-0440) between MDOT and Sidock Group will provide state grant funds for the design of a new terminal building, associated fence relocation, and an automobile parking area at Price’s Airport in Linden, Michigan. The contract will be in effect from the date of award through three years. The estimated project amount will be $23,086. Source of Funds: State Restricted Aeronautics Funds - $23,086.

Criticality: This project will provide a building for the operations and services of the airport. The existing building is no longer functional, as it does not have running water and portable toilets are currently being used at this location. Purpose/Business Case: To provide for the development of engineering plans for the construction of a new terminal building. Benefit: Will provide a design that meets all federal and state safety and airport design standards. Funding Source: 100% State Restricted Aeronautics Funds. Commitment Level: The contract is for a fixed cost. Risk Assessment: If the contract is not approved, the project may not proceed as planned, as the local sponsor cannot afford the cost without state participation. Cost Reduction: The costs for the design engineering were negotiated for cost reductions. Selection: Qualifications-based. New Project Identification: This is a new project. Zip Code: 48451.

6. AERONAUTICS AND FREIGHT (Aeronautics) – Expansion of Terminal Building Contract (2010-0444) between MDOT and the Bishop International Airport Authority (BIAA) will provide federal and state grant funds for the expansion of the terminal building (phase 1) at the Bishop International Airport in Flint, Michigan. Federal funds will be made available through a grant from the Federal Aviation Administration (FAA) for this primary airport. The contract will be in effect from the date of award through 20 years to comply with an FAA regulation that requires airports receiving federal funding for certain types of projects to remain fully operational for a period of 20 years. The airport sponsor will have from the date of award through three years to complete the project. The estimated project amount will be $4,385,376. Source of Funds: FAA Funds - $3,415,159; State Restricted Aeronautics Funds - $89,873; BIAA Funds - $880,344.

Criticality: This project will increase the capacity for passenger operations and services and is essential to creating a safer and more efficient system. Purpose/Business Case: To provide for the expansion of the terminal building, including the existing board area, concourse upgrades, and new passenger loading bridges (phase 1). Benefit: Will bring the airport into compliance with current FAA standards and improve safety. Funding Source: 78% FAA Funds; 2% State Restricted Aeronautics Funds; 20% BIAA Funds. Commitment Level: The airport sponsor is obligated by past grants to maintain federal planning, development, and safety standards. Risk Assessment: If the contract is not approved, the local sponsor would have to proceed without federal or state assistance. A delay in the project would prompt a citation by the federal compliance inspector and affect the receipt of future grants for this airport. Cost Reduction: The construction was bid locally and awarded to the lowest bidder. Selection: N/A. New Project Identification: This is a new project. Zip Code: 48507.

* Denotes a non-standard contract/amendment______9/14/10 Page 4 7. AERONAUTICS AND FREIGHT (Aeronautics) – Design of Airport Improvements Contract (2010-0447) between MDOT and the Otsego County Board of Commissioners will provide federal and state grant funds for the development of engineering plans for the rehabilitation of the terminal apron and the snow removal equipment (SRE) building at the Gaylord Regional Airport in Gaylord, Michigan. This is a sub-grant issued pursuant to the conditions of the block grant given to MDOT by the Federal Aviation Administration (FAA). The contract will be in effect from the date of award through 20 years to comply with an FAA regulation that requires airports receiving federal funding for certain types of projects to remain fully operational for a period of 20 years. The airport sponsor will have from the date of award through three years to complete the project. The estimated project amount will be $82,000. Source of Funds: FAA Funds (via block grant) - $65,600; State Bond Funds - $14,350; Otsego County Funds - $2,050.

Criticality: The project will increase safety margins for aeronautics activities at the airport, in accordance with FAA operational safety guidelines. Purpose/Business Case: To provide for the development of engineering plans for the rehabilitation of the terminal apron and the SRE building. Benefit: Will provide a design that meets all federal and state safety and airport design standards. Funding Source: 80% FAA Funds; 17.5% State Bond Funds; 2.5% Otsego County Funds. Commitment Level: The contract is for a fixed cost. Risk Assessment: If the contract is not approved, the project may not proceed as planned, as the local sponsor cannot afford the cost without federal and state participation. Cost Reduction: The consultant contracts were reviewed by MDOT personnel for appropriateness and further cost reductions. Selection: N/A. New Project Identification: This is a new project. Zip Code: 49735.

8. AERONAUTICS AND FREIGHT (Aeronautics) – Land Acquisition Contract (2010-0455) between MDOT and the Lenawee County Board of Commissioners will provide federal and state grant funds for the land acquisition condemnation costs for parcels E60, E61, E62, E63, E64, and E67 at the Lenawee County Airport in Adrian, Michigan. This is a sub- grant issued pursuant to the conditions of the block grant given to MDOT by the Federal Aviation Administration (FAA). The contract will be in effect from the date of award through 20 years to comply with an FAA regulation that requires airports receiving federal funding for certain types of projects to remain fully operational for a period of 20 years. The airport sponsor will have from the date of award through three years to complete the project. The estimated project amount will be $157,895. Source of Funds: FAA Funds (via block grant) - $150,000; State Bond Funds - $3,947; Lenawee County Funds - $3,948.

Criticality: This project will allow the airport to comply with a court-ordered settlement resulting from condemnation. Acquiring the land will provide safe approaches to the airport by controlling the properties inside the runway protection zone (RPZ). Purpose/Business Case: To provide for the land acquisition condemnation costs for parcels E60, E61, E62, E63, E64, and E67. Benefit: Will comply with a settlement awarded issued by the Lenawee County Circuit Court. The settlement will enable the land, which is needed to control the properties inside the RPZ, to be acquired. Funding Source: 95% FAA Funds; 2.5% State Bond Funds; 2.5% Lenawee County Funds. Commitment Level: The contract is for a fixed cost. Risk Assessment: If the contract is not approved, the project may not proceed as planned, as the local sponsor cannot afford the cost without federal and state participation.

* Denotes a non-standard contract/amendment______9/14/10 Page 5 Cost Reduction: The consultant contracts were reviewed by an MDOT real estate specialist for appropriateness and further cost reductions. Selection: N/A. New Project Identification: This is a new project. Zip Code: 49221.

9. AERONAUTICS AND FREIGHT (Aeronautics) – Construction of Airport Improvements Contract (2010-0456) between MDOT and the Cheboygan Airport Authority will provide federal and state grant funds for the paving and realignment of runway 17/35, including approach clearing (phase II), at the Cheboygan County Airport in Cheboygan, Michigan. This is a sub- grant issued pursuant to the conditions of the block grant given to MDOT by the Federal Aviation Administration (FAA). The contract will be in effect from the date of award through 20 years to comply with an FAA regulation that requires airports receiving federal funding for certain types of projects to remain fully operational for a period of 20 years. The airport sponsor will have from the date of award through three years to complete the project. The estimated project amount will be $591,873. Source of Funds: FAA Funds (via block grant) - $562,279; State Restricted Aeronautics Funds - $14,797; Cheboygan Airport Authority Funds - $14,797.

Criticality: The project will enhance airport safety for aeronautical activity, in accordance with FAA operational safety guidelines. Purpose/Business Case: To provide for the paving and realignment of runway 17/35, including approach clearing (phase II). Benefit: Will enhance airport safety. Funding Source: 95% FAA Funds; 2.5% State Restricted Aeronautics Funds; 2.5% Cheboygan Airport Authority Funds. Commitment Level: The contract is for a fixed cost. Risk Assessment: If the contract is not approved, the project may not proceed as planned, as the local sponsor cannot afford the cost without federal and state participation. Cost Reduction: The construction will be bid through MDOT and awarded to the lowest bidder. Selection: N/A. New Project Identification: This is a new project. Zip Code: 49721.

10. AERONAUTICS AND FREIGHT (Aeronautics) – Construction of Airfield Improvements Contract (2010-0457) between MDOT and the City of Fremont will provide federal and state grant funds for the construction of airfield drainage improvements and the undertaking of airfield crack sealing and paint marking at the Fremont Municipal Airport in Fremont, Michigan. This is a sub-grant issued pursuant to the conditions of the block grant given to MDOT by the Federal Aviation Administration (FAA). The contract will be in effect from the date of award through 20 years to comply with an FAA regulation that requires airports receiving federal funding for certain types of projects to remain fully operational for a period of 20 years. The airport sponsor will have from the date of award through three years to complete the project. The estimated project amount will be $180,000. Source of Funds: FAA Funds (via block grant) - $171,000; State Bond Funds - $4,500; City of Fremont Funds - $4,500.

Criticality: The project will enhance airport safety for aeronautical activity, in accordance with FAA operational safety guidelines. Purpose/Business Case: Will provide for the construction of airfield drainage improvements and the undertaking of airfield crack sealing and paint marking. Benefit: Will enhance airport safety. Funding Source: 95% FAA Funds; 2.5% State Bond Funds; 2.5% City of Fremont Funds. Commitment Level: The contract is for a fixed cost. * Denotes a non-standard contract/amendment______9/14/10 Page 6 Risk Assessment: If the contract is not approved, the project may not proceed as planned, as the local sponsor cannot afford the cost without federal and state participation. Cost Reduction: The drainage improvements were bid through MDOT and awarded to the lowest bidder. There were six bidders. The crack sealing was bid through MDOT and awarded to the lowest bidder. There were five bidders. The paint marking was bid through MDOT and awarded to the lowest bidder. There were three bidders. Selection: N/A. New Project Identification: This is a new project. Zip Code: 49412.

11. AERONAUTICS AND FREIGHT (Aeronautics) – Construction of Airport Improvements Contract (2010-0458) between MDOT and the Delta County Board of Commissioners will provide federal and state grant funds for the installation of a ten-foot section of perimeter fencing (phase 2) and the relocation of the precision approach path indicator (PAPI) control boxes at the Delta County Airport in Escanaba, Michigan. Federal funds will be made available through a grant from the Federal Aviation Administration (FAA) for this primary airport. The contract will be in effect from the date of award through 20 years to comply with an FAA regulation that requires airports receiving federal funding for certain types of projects to remain fully operational for a period of 20 years. The airport sponsor will have from the date of award through three years to complete the project. The estimated project amount will be $108,000. Source of Funds: FAA Funds - $102,600; State Bond Funds - $2700; Delta County Funds - $2,700.

Criticality: This project will enhance airport safety for aeronautical activity, in accordance with FAA operational safety guidelines. Purpose/Business Case: To provide for the installation of a ten-foot section of perimeter fencing (phase 2) and the relocation of the PAPI control boxes. Benefit: Will enhance airport safety. Funding Source: 95% FAA Funds; 2.5% Bond Funds; 2.5% Delta County Funds. Commitment Level: The airport sponsor is obligated by past grants to maintain federal planning, development, and safety standards. Risk Assessment: If the contract is not approved, the local sponsor would have to proceed without federal or state assistance. A delay in the project would prompt a citation by the federal compliance inspector and affect the receipt of future grants for this airport. Cost Reduction: The construction was bid locally and awarded to the lowest bidder. Selection: N/A. New Project Identification: This is a new project. Zip Code: 49829.

12. AERONAUTICS AND FREIGHT (Aeronautics) – Rehabilitation of Taxiways and Apron Contract (2010-0466) between MDOT and the Alpena County Board of Commissioners will provide federal and state grant funds for the rehabilitation of taxiways C and H and the general aviation (GA) apron pavement, including guidance signs, at the Alpena County Regional Airport in Alpena, Michigan. Federal funds will be made available through a grant from the Federal Aviation Administration (FAA) for this primary airport. The contract will be in effect from the date of award through 20 years to comply with an FAA regulation that requires airports receiving federal funding for certain types of projects to remain fully operational for a period of 20 years. The airport sponsor will have from the date of award through three years to complete the project. The estimated project amount will be $520,000. Source of Funds: FAA Funds - $494,000; State Restricted Aeronautics Funds - $13,000; Alpena County Funds - $13,000.

* Denotes a non-standard contract/amendment______9/14/10 Page 7 Criticality: The existing taxiway pavements are in poor condition and in need of rehabilitation. This will reduce the potential for loose material to be ingested into jet engines, which could result in damage requiring costly repairs or in injuries to ground personnel. The additional guidance signage is a safety recommendation from a 2009 certification inspection. The signage will improve situational awareness at various locations on the taxiways. Purpose/Business Case: To provide for the rehabilitation of taxiways C and H and the GA apron pavement, including guidance signs. Benefit: Will enhance airport safety. Funding Source: 95% FAA Funds; 2.5% State Restricted Aeronautics Funds; 2.5% Alpena County Funds. Commitment Level: The airport sponsor is obligated by past grants to maintain federal planning, development, and safety standards. Risk Assessment: If the contract is not approved, the local sponsor would have to proceed without federal or state assistance. A delay in the project would prompt a citation by the federal compliance inspector and affect the receipt of future grants for this airport. Cost Reduction: The construction was bid through MDOT and awarded to the lowest bidder. There were three bidders. Selection: N/A. New Project Identification: This is a new project. Zip Code: 49707.

13. AERONAUTICS AND FREIGHT (Aeronautics) – Hangar Area Site Development Contract (2010-0467) between MDOT and the City of Big Rapids will provide federal and state grant funds for the construction of a hangar area site at the Roben-Hood Airport in Big Rapids, Michigan. This is a sub-grant issued pursuant to the conditions of the block grant given to MDOT by the Federal Aviation Administration (FAA). The contract will be in effect from the date of award through 20 years to comply with an FAA regulation that requires airports receiving federal funding for certain types of projects to remain fully operational for a period of 20 years. The airport sponsor will have from the date of award through three years to complete the project. The estimated project amount will be $384,000. Source of Funds: FAA Funds (via block grant) - $364,800; State Restricted Aeronautics Funds - $9,600; City of Big Rapids Funds - $9,600.

Criticality: This project provides for essential airport needs, such as the installation of sanitary sewer and water in the hangar area. The completed hangar area will provide all-season shelter for based aircraft and will increase safety margins for aeronautical activity at the airport. Purpose/Business Case: To provide for the construction of a hangar area site, including an aircraft apron, access drive, automobile parking, and installation of sanitary sewer and water. Benefit: Will enhance airport safety and provide all-season shelter for based aircraft. Funding Source: 95% FAA Funds; 2.5% State Restricted Aeronautics Funds; 2.5% City of Big Rapids. Commitment Level: The contract is for a fixed cost. Risk Assessment: If the contract is not approved, the project may not proceed as planned, as the local sponsor cannot afford the cost without federal and state participation. Cost Reduction: The construction was bid through MDOT and awarded to the lowest bidder. There were 13 bidders. Selection: N/A. New Project Identification: This is a new project. Zip Code: 49307.

* Denotes a non-standard contract/amendment______9/14/10 Page 8 14. AERONAUTICS AND FREIGHT (Aeronautics) – Airfield Paint Marking Contract (2010-0469) between MDOT and the Township of Bois Blanc will provide federal and state grant funds for the undertaking of airfield paint marking at the Bois Blanc Island Airport on Bois Blanc Island, Michigan. This is a sub-grant issued pursuant to the conditions of the block grant given to MDOT by the Federal Aviation Administration (FAA). The contract will be in effect from the date of award through 20 years to comply with an FAA regulation that requires airports receiving federal funding for certain types of projects to remain fully operational for a period of 20 years. The airport sponsor will have from the date of award through three years to complete the project. The estimated project amount will be $4,300. Source of Funds: FAA Funds (via block grant) - $4,085; State Restricted Aeronautics Funds - $107; Township of Bois Blanc Funds - $108.

Criticality: The FAA requires that airport pavements be marked with paint. The paint markings indicate the centers and edges of runways, taxiways, and aprons; aircraft stopping points; and runway approaches. Routine marking of the pavements is necessary for the markings to be clear. Purpose/Business Case: To provide for the undertaking of airfield paint marking. Benefit: Will enhance airport safety. Funding Source: 95% FAA Funds; 2.5% State Restricted Aeronautics Funds; 2.5% Township of Bois Blanc Funds. Commitment Level: The contract is for a fixed cost. Risk Assessment: If the contract is not approved, the project may not proceed as planned, as the local sponsor cannot afford the cost without federal and state participation. Cost Reduction: The construction was bid through MDOT and awarded to the lowest bidder. There were three bidders. Selection: N/A. New Project Identification: This is a new project. Zip Code: 49775.

15. AERONAUTICS AND FREIGHT (Aeronautics) – Airport Noise Compatibility Planning Contract (2010-0471) between MDOT and the County of Oakland will provide federal and state grant funds for the conduct of an airport noise compatibility planning study and the update of the noise exposure maps (NEM) at the Oakland County International Airport in Pontiac, Michigan. This is a sub-grant issued pursuant to the conditions of the block grant given to MDOT by the Federal Aviation Administration (FAA). The contract will be in effect from the date of award through 20 years to comply with an FAA regulation that requires airports receiving federal funding for certain types of projects to remain fully operational for a period of 20 years. The airport sponsor will have from the date of award through three years to complete the project. The estimated project amount will be $195,000. Source of Funds: FAA Funds (via block grant) - $185,250; State Restricted Aeronautics Funds - $4,875; Oakland County Funds - $4,875.

Criticality: The study will provide updated analysis of existing aircraft and background noise levels and their effects on properties surrounding the airport and will be used to predict future conditions with the continued implementation of noise abatement strategies to minimize the impacts of off-airport noise. Purpose/Business Case: To provide for airport noise compatibility planning and update of the NEM. Benefit: The study results will be used to update existing and future NEMs in accordance with federal requirements (14 CFR Part 150, Airport Noise Compatibility Planning). Funding Source: 95% FAA Funds; 2.5% State Restricted Aeronautics Funds; 2.5% Oakland County Funds. Commitment Level: The contract is for a fixed cost. Risk Assessment: If the contract is not approved, the project may not proceed as planned, as the local sponsor cannot afford the cost without federal and state participation. Cost Reduction: The consultant contracts were reviewed by an MDOT real estate specialist for appropriateness and further cost reductions.

* Denotes a non-standard contract/amendment______9/14/10 Page 9 Selection: N/A. New Project Identification: This is a new project. Zip Code: 48327.

16. AERONAUTICS AND FREIGHT (Aeronautics) – Sound Attenuation Contract (2010-0472) between MDOT and the County of Oakland will provide federal and state grant funds for sound attenuation at the Oakland County International Airport in Pontiac, Michigan. This is a sub-grant issued pursuant to the conditions of the block grant given to MDOT by the Federal Aviation Administration (FAA). The contract will be in effect from the date of award through 20 years to comply with an FAA regulation that requires airports receiving federal funding for certain types of projects to remain fully operational for a period of 20 years. The airport sponsor will have from the date of award through three years to complete the project. The estimated project amount will be $180,000. Source of Funds: FAA Funds (via block grant) - $171,000; State Restricted Aeronautics Funds - $4,500; Oakland County Funds - $4,500.

Criticality: The FAA provides funding for noise mitigation measures for residents living on properties that surround the airport, in accordance with the Airport Noise Compatibility Program, Federal Aviation Regulation Part 150. Purpose/Business Case: To provide for the 2010 sound attenuation program. Benefit: Will provide noise protection for residents living on properties surrounding the airport. Funding Source: 95% FAA Funds; 2.5% State Restricted Aeronautics Funds; 2.5% Oakland County Funds. Commitment Level: The contract is for a fixed cost. Risk Assessment: If the contract is not approved, the project may not proceed as planned, as the local sponsor cannot afford the cost without federal and state participation. Cost Reduction: The consultant contract was reviewed by an MDOT real estate specialist for appropriateness and further cost reductions. Selection: N/A. New Project Identification: This is a new project. Zip Code: 48327.

17. AERONAUTICS AND FREIGHT (Aeronautics) – Building Expansion and Purchase SRE Contract (2010-0473) between MDOT and the Economic Development Corporation of Chippewa County (EDCCC) will provide federal and state grant funds for the expansion of the snow removal equipment (SRE) facility and for the purchase of an SRE sweeper at the Chippewa County International Airport in Sault Ste. Marie, Michigan. Federal funds will be made available through a grant from the Federal Aviation Administration (FAA) for this primary airport. The contract will be in effect from the date of award through 20 years to comply with an FAA regulation that requires airports receiving federal funding for certain types of projects to remain fully operational for a period of 20 years. The airport sponsor will have from the date of award through three years to complete the project. The estimated project amount will be $1,163,000. Source of Funds: FAA Funds - $1,104,850; State Restricted Aeronautics Funds - $29,075; EDCCC Funds - $29,075.

Criticality: The expanded SRE building will provide a facility for storing and maintaining all of the airport’s equipment, in accordance with FAA standards. The purchase of the SRE sweeper will increase safety margins for aeronautical operations by providing a means of more effectively removing snow. This equipment is essential to maintaining safe winter access at the airport. Purpose/Business Case: To provide for the expansion of the SRE facility and for the purchase of an SRE sweeper. Benefit: Will enhance airport safety. Funding Source: 95% FAA Funds; 2.5% State Restricted Aeronautics Funds; 2.5% EDCCC Funds. Commitment Level: The airport sponsor is obligated by past grants to maintain federal planning, development, and safety standards. * Denotes a non-standard contract/amendment______9/14/10 Page 10 Risk Assessment: If the contract is not approved, the local sponsor would have to proceed without federal or state assistance. A delay in the project would prompt a citation by the federal compliance inspector and affect the receipt of future grants for this airport. Cost Reduction: The project was bid locally and awarded to the lowest bidder. Selection: N/A. New Project Identification: This is a new project. Zip Code: 49788.

18. AERONAUTICS AND FREIGHT (Aeronautics) – Construction of Airport Improvements Contract (2010-0474) between MDOT and the Economic Development Corporation of Chippewa County (EDCCC) will provide federal and state grant funds for the rehabilitation of the general aviation (GA) apron and the snow removal equipment (SRE) and aircraft rescue and fire fighting (ARFF) facility at the Chippewa County International Airport in Sault Ste. Marie, Michigan. Federal funds will be made available through a grant from the Federal Aviation Administration (FAA) for this primary airport. The contract will be in effect from the date of award through 20 years to comply with an FAA regulation that requires airports receiving federal funding for certain types of projects to remain fully operational for a period of 20 years. The airport sponsor will have from the date of award through three years to complete the project. The estimated project amount will be $2,220,000. Source of Funds: FAA Funds - $2,109,000; State Restricted Aeronautics Funds - $55,500; EDCCC Funds - $55,500.

Criticality: The existing GA apron pavement is in poor condition and in need of rehabilitation, which will restore unlimited access to hangar 151. Rehabilitation of the SRE/ARFF facility, which houses the airport’s critical airport equipment, will include new insulation, windows, roof, heating and lighting systems, doors, plumbing, and fixtures. Purpose/Business Case: To provide for the rehabilitation of the GA apron and the SRE/ARFF facility. Benefit: Will enhance airport safety. Funding Source: 95% FAA Funds; 2.5% State Restricted Aeronautics Funds; 2.5% EDCCC Funds. Commitment Level: The airport sponsor is obligated by past grants to maintain federal planning, development, and safety standards. Risk Assessment: If the contract is not approved, the local sponsor would have to proceed without federal or state assistance. A delay in the project would prompt a citation by the federal compliance inspector and affect the receipt of future grants for this airport. Cost Reduction: The construction was bid locally and awarded to the lowest bidder. Selection: N/A. New Project Identification: This is a new project. Zip Code: 49788.

19. AERONAUTICS AND FREIGHT (Aeronautics) – Construction of Airport Improvement and Purchase of SRE Contract (2010-0475) between MDOT and the Northwestern Regional Airport Commission (NRAC) will provide federal and state grant funds for hold sign painting and guidance sign resurfacing; relocation of the airport beacon; expansion of the general aviation (GA) apron, including helipad; rehabilitation of the north tie-down apron and connecting taxistreets and apron; and acquisition of snow removal equipment (SRE) at the Cherry Capital Airport in Traverse City, Michigan. Federal funds will be made available through a grant from the Federal Aviation Administration (FAA) for this primary airport. The contract will be in effect from the date of award through 20 years to comply with an FAA regulation that requires airports receiving federal funding for certain types of projects to remain fully operational for a period of 20 years. The airport sponsor will have from the date of award through three years to complete the project. The estimated project amount will be $1,596,742. Source of Funds: FAA Funds - $1,516,905; State Restricted Aeronautics Funds - $39,918; NRAC Funds - $39,919.

* Denotes a non-standard contract/amendment______9/14/10 Page 11

Criticality: The project will enhance airport operational safety for aeronautical activity, in accordance with FAA operational safety guidelines. Purpose/Business Case: To provide for hold sign painting and guidance sign resurfacing; relocation of the airport beacon; expansion of the GA apron, including helipad; rehabilitation of the north tie-down apron and connecting taxistreets and apron; and acquisition of SRE. Benefit: Will enhance airport safety. Funding Source: 95% FAA Funds; 2.5% State Restricted Aeronautics Funds; 2.5% NRAC Funds. Commitment Level: The airport sponsor is obligated by past grants to maintain federal planning, development, and safety standards. Risk Assessment: If the contract is not approved, the local sponsor would have to proceed without federal or state assistance. A delay in the project would prompt a citation by the federal compliance inspector and affect the receipt of future grants for this airport. Cost Reduction: The project was bid locally and awarded to the lowest bidder. Selection: N/A. New Project Identification: This is a new project. Zip Code: 49686.

20. AERONAUTICS AND FREIGHT (Aeronautics) – Construction of Airport Improvements Contract (2010-0476) between MDOT and the City of Greenville will provide federal and state grant funds for the reconstruction of runway 10/28 and the west parallel taxiway and west hangar taxistreets (phase 1) at the Greenville Municipal Airport in Greenville, Michigan. This is a sub- grant issued pursuant to the conditions of the block grant given to MDOT by the Federal Aviation Administration (FAA). The contract will be in effect from the date of award through 20 years to comply with an FAA regulation that requires airports receiving federal funding for certain types of projects to remain fully operational for a period of 20 years. The airport sponsor will have from the date of award through three years to complete the project. The estimated project amount will be $473,790. Source of Funds: FAA Funds (via block grant) - $450,100; State Restricted Aeronautics Funds - $11,845; City of Greenville Funds - $11,845.

Criticality: The reconstruction of the runway, taxiway, and taxistreets will improve airport operations and enhance airport safety. Purpose/Business Case: To provide for the reconstruction of runway 10/28 (joint rehabilitation and the placement of porous friction course) and the west parallel taxiway and west hangar taxistreets (phase 1). Benefit: Will enhance airport safety. Funding Source: 95% FAA Funds; 2.5% State Restricted Aeronautics Funds; 2.5% City of Greenville Funds. Commitment Level: The contract is for a fixed cost. Risk Assessment: If the contract is not approved, the project may not proceed as planned, as the local sponsor cannot afford the cost without federal and state participation. Cost Reduction: The construction was bid through MDOT and awarded to the lowest bidder. There were six bidders. Selection: N/A. New Project Identification: This is a new project. Zip Code: 48838.

* Denotes a non-standard contract/amendment______9/14/10 Page 12

21. AERONAUTICS AND FREIGHT (Aeronautics) – Rehabilitation of Taxiways Contract (2010-0477) between MDOT and the City of Sturgis will provide federal and state grant funds for the rehabilitation of taxiways A and B and the apron at the Kirsch Municipal Airport in Sturgis, Michigan. This is a sub-grant issued pursuant to the conditions of the block grant given to MDOT by the Federal Aviation Administration (FAA). The contract will be in effect from the date of award through 20 years to comply with an FAA regulation that requires airports receiving federal funding for certain types of projects to remain fully operational for a period of 20 years. The airport sponsor will have from the date of award through three years to complete the project. The estimated project amount will be $800,000. Source of Funds: FAA Funds (via block grant) - $760,000; State Restricted Aeronautics Funds - $20,000; City of Sturgis Funds - $20,000.

Criticality: The existing taxiway pavements are in poor condition and in need of rehabilitation. This will reduce the potential for loose material to be ingested into jet engines, which could result in damage requiring costly repairs or in injuries to ground personnel. Purpose/Business Case: To provide for the rehabilitation of taxiways A and B and the apron. Benefit: Will enhance airport safety. Funding Source: 95% FAA Funds; 2.5% State Restricted Aeronautics Funds; 2.5% City of Sturgis Funds. Commitment Level: The contract is for a fixed cost. Risk Assessment: If the contract is not approved, the project may not proceed as planned, as the local sponsor cannot afford the cost without federal and state participation. Cost Reduction: The construction was bid through MDOT and awarded to the lowest bidder. There were two bidders. Selection: N/A. New Project Identification: This is a new project. Zip Code: 49091.

22. AERONAUTICS AND FREIGHT (Aeronautics) – Environmental Assessment Contract (2010-0478) between MDOT and the Jackson County Board of Commissioners will provide federal and state grant funds for the update of the environmental assessment (EA) and the coordination of Section 106 required reviews and activities for parcel 90 at the Jackson County-Reynolds Field in Jackson, Michigan. This is a sub-grant issued pursuant to the conditions of the block grant given to MDOT by the Federal Aviation Administration (FAA). The contract will be in effect from the date of award through 20 years to comply with an FAA regulation that requires airports receiving federal funding for certain types of projects to remain fully operational for a period of 20 years. The airport sponsor will have from the date of award through three years to complete the project. The estimated project amount will be $26,500. Source of Funds: FAA Funds (via block grant) - $21,200; State Bond Funds - $4,637; Jackson County Funds - $663.

Criticality: The update of the EA is required before the sponsor can purchase property necessary for the runway extension project. Purpose/Business Case: To provide for the update of the environmental assessment and the coordination of Section 106 of the National Historic Preservation Act required reviews and activities for parcel 90. Benefit: Will satisfy the requirements of the Michigan Department of Environment Quality pursuant to the Michigan Natural Resources Environmental Protection Act. Funding Source: 80% FAA Funds; 17.5% State Bond Funds; 2.5% Jackson County Funds. Commitment Level: The contract is for a fixed cost. Risk Assessment: If the contract is not approved, the project may not proceed as planned, as the local sponsor cannot afford the cost without federal and state participation. Cost Reduction: The consultant contract was reviewed by MDOT personnel for appropriateness and further cost reductions. * Denotes a non-standard contract/amendment______9/14/10 Page 13 Selection: N/A. New Project Identification: This is a new project. Zip Code: 49202.

23. AERONAUTICS AND FREIGHT (Freight) – Property Management Authorization (Z68) under Property Management Agreement (85-1170) between MDOT and Great Lakes Central Railroad, Inc. (GLC), will provide funding for the purchase and installation of 800 ties and 15 carloads of ballast on the state-owned rail line operated by GLC near Traverse City and Williamsburg. The aging track is badly deteriorated, and the ties and ballast will help to stabilize the track structure. The property management agreement provides a mechanism for GLC to perform necessary improvements to state-owned railway property, either directly or through a third party. The authorization will be in effect from the date of award through one year. The authorization amount will be $113,046. Source of Funds: FY 2010 State Restricted Comprehensive Transportation Funds - $113,046.

Criticality: Further deterioration of the track structure would increase safety risks to train crews and reduce the operating efficiencies of the railroad. Purpose/Business Case: To provide for the installation of new ties and additional ballast at strategic locations on the state-owned line operated by GLC. The work will help to maintain the integrity of the track infrastructure. Benefit: The work will help to maintain the level of service to shippers on the line and to ensure the safety of rail operations. It will leverage additional related work to be performed by GLC at its own expense. Funding Source: FY 2010 State Restricted Comprehensive Transportation Funds - $113,046. Commitment Level: Costs are based on competitive bids solicited and received by the railroad. Risk Assessment: If the work is not performed, operating efficiencies and levels of service to rail customers could be reduced, operating costs could increase, and safety risks would increase. Cost Reduction: The work will be performed by GLC through a competitively bid third-party contract. Costs in excess of the authorized amount will not be allowed. GLC will perform additional related work at its own expense. Selection: N/A. New Project Identification: This is an upgrade to an existing rail corridor. Zip Code: 48909.

24. *AERONAUTICS AND FREIGHT (Freight) – Decrease Services and Amount Amendatory Contract (2006-0260/A2) between MDOT and National Standard, LLC, will remove the paving of the transload area from the project scope and will decrease the contract amount by $49,137.38 in state funds and $106,989.71 in National Standard, LLC, funds. National Standard, LLC, decided that paving of the transload area was no longer necessary, and the contract amount is being reduced to reflect the actual costs incurred. The original contract provides Michigan Rail Loan Assistance Program (MiRLAP) loan funding for the construction of a railroad spur at the National Standard, LLC, Niles facility. The contract term remains unchanged, from April 27, 2006, until one year after the last obligation between the parties has been fulfilled or until the contract is terminated. The revised contract amount will be $695,262.91. Source of Funds: FY 2006 State Restricted Comprehensive Transportation Funds - $625,736.62; National Standard, LLC, Funds - $69,526.29.

Criticality: This amendment will align the contract amount with the actual costs so that loan repayments are accurate. Purpose/Business Case: This amendment will adjust the scope of work under the contract by eliminating the paving of the transload area and will reduce the contract amount to reflect actual costs. Benefit: Once this amendment is in place, the contract will reflect the correct project scope and loan amount. Funding Source: FY 2006 State Restricted Comprehensive Transportation Funds - $625,736.62; National Standard, LLC, Funds - $69,526.29. Commitment Level: Payments are based on actual costs. * Denotes a non-standard contract/amendment______9/14/10 Page 14 Risk Assessment: If this amendment is not approved, the contract will not reflect the actual project amount, which would impair future recordkeeping. Cost Reduction: Eligible costs are reimbursed only after the company has contributed its matching share of project costs. Selection: N/A for amendment and for original contract. New Project Identification: This is not a new project. Zip Code: 49120.

25. *AERONAUTICS AND FREIGHT (Freight) - Economic Development Contract (2010-0437) between MDOT and Rifkin Scrap Iron and Metal Company (Rifkin) will provide financial assistance in the form of a loan for the construction of 2,600 feet of new track and the installation of a rail scale and rail car radiation detector at Rifkin’s expanded new location in the city of Saginaw. This relocation/expansion will allow Rifkin to create at least 3 new full time jobs, while retaining its 50 to 60 current employees. The contract will be in effect from the date of award until the last obligation between the parties has been fulfilled, until the contract is terminated, or until the loan has been fully repaid. The estimated project cost is $814,828. MDOT will loan Rifkin 50 percent of the project cost, up to a maximum of $407,414. Provisions included in the contract permit the loan to be forgiven incrementally over a five-year period if Rifkin generates a minimum of 170 inbound and/or outbound carloads of freight over and above the current-service threshold of 330 carloads annually. Source of Funds: FY 2010 State Restricted Comprehensive Transportation Funds - $407,414; Rifkin Funds - $407,414.

Criticality: Rifkin must vacate its existing facility to accommodate the City of Saginaw’s riverfront redevelopment project. This spur track is essential to operations at the new location. Purpose/Business Case: The contract will provide financial assistance for the construction of 2600 feet of new track and the purchase and installation of a rail scale and a rail car radiation detector at Rifkin’s new Saginaw location. Benefit: This project will provide rail access to the relocated scrap iron and metal facility. The expansion of Rifkin’s facility will allow Rifkin to create at least 3 full time jobs while retaining its 50 to 60 current employees. Funding Source: FY 2010 State Restricted Comprehensive Transportation Funds - $407,414; Rifkin Funds – $407,414. Commitment Level: The contract is based on the company’s estimate. Work will be competitively bid by Rifkin. Risk Assessment: Failure to approve this contract could jeopardize the Rifkin’s relocation efforts and result in job losses. Cost Reduction: Rifkin will award the project to the lowest bidder. Selection: N/A. New Project Identification: This is a new project. Zip Code: 48602.

* Denotes a non-standard contract/amendment______9/14/10 Page 15 26. *ATTORNEY GENERAL – Increase Services and Amount, Extend Term Amendatory Contract (2009-0581/A2) between MDOT and K&L Gates LLP will provide for the performance of additional services, will increase the contract amount by $99,795, and will extend the contract term by one year to provide additional time for the Special Assistant Attorney General to address newly adopted federal requirements associated with the implementation of new safety rules and standards imposed on freight corridors that carry rail passengers. K&L Gates LLP will also advise MDOT on an anticipated ruling from the Internal Revenue Service (IRS) regarding the tax implications of improving privately-owned railroad property to accommodate high speed rail service with federal stimulus funds and will continue to assist MDOT in the negotiations for proposed railroad corridor acquisition and operational funding arrangements. New Federal Railroad Administration applications may be awarded within 60 days; therefore, counsel needs to be available to assist MDOT with the negotiations. The original contract provides for a Special Assistant Attorney General to provide specialized legal representation to MDOT regarding prospective railroad right-of-way acquisition in accordance with an appointment by and under the direction and supervision of the Office of the Attorney General, Transportation Division. The revised contract amount will be $287,545. The revised contract term will be June 30, 2009, through January 30, 2012. Source of Funds: 100% State Restricted Comprehensive Transportation Funds.

Criticality: The additional time will allow the Special Assistant Attorney General to perform additional tax research and analysis required by an anticipated IRS ruling regarding tax liability. In addition, it will allow the Special Assistant Attorney General to address and advise MDOT on the ramifications of new safety standards and funding requirements imposed on freight corridors carrying rail passengers. Taking into consideration these new safety standards, funding requirements, and tax implications, the Special Assistant Attorney General will continue to assist in the negotiations and subsequent drafting of the appropriate contract language to enable MDOT to advance proposed railroad corridor acquisitions. Purpose/Business Case: To provide for specialized legal services to be performed under the direction of the Office of the Attorney General, Transportation Division. Benefit: Will provide for a continuation of services that will result in a lower level of risk to MDOT. Funding Source: 100% State Restricted Comprehensive Transportation Funds. Commitment Level: The hourly costs are fixed; however, the number of hours to perform this work has been estimated. Risk Assessment: If the amendment is not approved, MDOT could be without adequate legal services, which could increase the level of risk to MDOT. Cost Reduction: N/A. Selection: Best value. New Project Identification: This is not a new project. Zip Code: 48909.

* Denotes a non-standard contract/amendment______9/14/10 Page 16

27. HIGHWAYS – Railroad Force Account Work Master Agreement (94-0804) between MDOT and Great Lakes Central Railroad, Inc., dated July 5, 1994, will provide for improvements under job number 111249 to crossings of Lake State Railway Company in various counties in Michigan. The improvements include the upgrading of the existing 8-inch warning flashers to 12-inch light emitting diode (LED) technology at four selected crossings throughout the Lake State Railway Company rail corridor.

Estimated Funds:

Federal Highway Administration Funds $ 36,000 State Restricted Trunkline Funds $ 4,000 Total Funds $ 40,000

STR 84916 – 111249A Railroad Force Account Work

Criticality: The railroad work is required in the interest of public safety to reduce vehicle/train crashes. Purpose/Business Case: Upgrading a portion of rail corridor to the highest level of warning technology in the interest of safety. Benefit: Increased safety by upgrading existing flashers to current technology. Funding Source: Federal Highway Administration Funds and State Railroad Grade Crossing Funds. Commitment Level: 90% federal funds, 10% state funds; based on estimate. Risk Assessment: Lower level of warning device visibility in a train crossing environment. Cost Reduction: A corridor based approach rather than individual crossing(s) for economies of scale. Selection: N/A. New Project Identification: Upgrade of existing railroad crossing warning flashers. Zip Code: 48909.

28. *HIGHWAYS – Increase Services and Amount Amendatory Contract (2002-0648/A10) between MDOT and Hardesty and Hanover, LLP, will provide for the performance of additional design services and will increase the contract amount by $3,719,117.71. The additional work will include designing the new bridge in accordance with the existing alignment. The original contract provides for the performance of early preliminary engineering and design services (Phases I and II) for the replacement of the bascule bridge on M-85 (Fort Street) at the Rouge River in the City of Detroit, Wayne County (CS 82071 – JNs 54049 and 54049D). The contract term remains unchanged, November 14, 2002, through June 1, 2013. The revised contract amount will be $8,871,312.57. Source of Funds: 80% Federal Highway Administration Funds, 17.5% State Restricted Trunkline Funds, and 2.5% City of Detroit (Act 51) Funds.

Criticality: Because the existing bridge is in poor condition, it was posted to a 20-ton load limit, and the number of lanes open to traffic was reduced from four to two. It is imperative that the replacement project remain on schedule for the construction of the new bridge in 2013 and 2014. Purpose/Business Case: To provide for the design of the new bridge in accordance with the existing alignment. The Supplement to the Environmental Assessment and the Finding of No Significant Impact were completed in May 2010. The project was already in the design phase, but due to the high cost of right-of-way for one of the parcels, the Metro Region requested that this project be re-evaluated for the new bridge to be in accordance with the existing alignment. Benefit: The amendment will provide for the consultant to design the new bridge in accordance with the existing alignment. The project will produce a bridge in safe, operational condition for vehicular and navigational traffic.

* Denotes a non-standard contract/amendment______9/14/10 Page 17 Funding Source: 80% Federal Highway Administration Funds, 17.5% State Restricted Trunkline Funds, and 2.5% City of Detroit (Act 51) Funds. Commitment Level: The hourly costs are fixed; however, the number of hours to perform this work has been estimated. Risk Assessment: If this amendment is not approved and the services are not performed at this time, the bridge will continue to deteriorate rapidly, which could necessitate closure of the bridge. Cost Reduction: Costs in professional services contracts are on an actual cost plus fixed fee basis not to exceed the maximum contract amount. Hours are negotiated based on needed service. Selection: N/A for amendment; qualifications-based for original contract. New Project Identification: This is not a new project. Zip Code: 48217.

29. HIGHWAYS - Increase Services and Amount, Extend Term Amendatory Contract (2007-0788/A3) between MDOT and HH Engineering, Ltd., will provide for the performance of additional design services, will increase the contract amount by $144,176.71, and will extend the contract term by one year to provide sufficient time for the consultant to complete the services. The additional services will include revising the maintenance of traffic plans due to mobility issues. The original contract provides for design services to be performed for the reconstruction of I-94 at the Sargent Road interchange, Jackson County (CS 38103 - JNs 100001C and 100001D). The revised contract term will be November 7, 2007, through December 31, 2011. The revised contract amount will be $1,488,440.59. Source of Funds: 80% Federal Highway Administration Funds and 20% State Restricted Trunkline Funds.

Criticality: The maintenance of traffic plans will be revised to reduce congestion and improve safety and mobility during the reconstruction of two critical bridges on I-94. Purpose/Business Case: To provide for the performance of additional design services, including revising maintaining of traffic plans due to mobility issues and concerns, and to extend the contract term by one year to provide sufficient time for the consultant to complete the services. Benefit: Will improve safety and mobility, and reduce congestion during peak hours. Funding Source: 80% Federal Highway Administration Funds and 20% State Restricted Trunkline Funds. Commitment Level: The hourly costs are fixed; however, the number of hours to perform this work has been estimated. Risk Assessment: If this amendment is not approved and the additional services are not performed, congestion and user delays will continue and safety risks could increase. Cost Reduction: Costs in professional services contracts are on an actual cost plus fixed fee basis not to exceed the maximum contract amount. Hours are negotiated based on needed service. Selection: N/A for amendment; qualifications-based for original contract. New Project Identification: This is not a new project. Zip Code: 49201.

30. HIGHWAYS – Time Extension Authorization Revision (Z3/R2) under Contract (2007-0801) between MDOT and URS Corporation Great Lakes will extend the authorization term by 15 months to provide sufficient time for the consultant to complete the design services. The project is delayed because construction of the building is behind schedule. The original authorization (Z3) provides for the development of a complete design package for the interior of the Michigan Intelligent Transportation System (MITS) Center. The revised authorization term will be November 21, 2007, through December 31, 2011. The authorization amount remains unchanged at $309,911.38. The contract term is October 1, 2007, through September 30, 2015. Source of Funds: 80% Federal Highway Administration Funds and 20% State Restricted Trunkline Funds.

* Denotes a non-standard contract/amendment______9/14/10 Page 18 Criticality: The additional time will allow the consultant to complete the interior design package for the MITS Center. The extra time is critical to ensure that any changes to the building construction that affect the MITS Center interior project are noted and accounted for before the interior project is bid and placed under contract. Purpose/Business Case: To extend the authorization term by 15 months to provide sufficient time for the consultant to complete the interior design package for the MITS Center. The construction of the building is behind schedule, and this work must be verified upon completion to ensure that all elements of the control room design are accurate and that no changes are required to the bid documents for the MITS Center Interior contract. Benefit: The consultant will have sufficient time to complete verification of the building construction and final bid documents for the MITS Center interior contract. Funding Source: 80% Federal Highway Administration Funds and 20% State Restricted Trunkline Funds. Commitment Level: The hourly costs are fixed; however, the number of hours to perform this work has been estimated. Risk Assessment: If this revision is not approved, bid documents for the MITS Center interior contract could be inaccurate. Cost Reduction: Costs in professional services contracts are on an actual cost plus fixed fee basis not to exceed the maximum contract amount. Hours are negotiated based on needed services. Selection: N/A for revision; qualifications-based for original authorization. New Project Identification: This is not a new project. Zip Code: 48075.

31. HIGHWAYS - IDS Engineering Services Authorization Revision (Z16/R1) under Contract (2007-0801) between MDOT and URS Corporation Great Lakes will extend the authorization term by nine months to provide sufficient time for the consultant to complete the services. The additional time is needed because construction project closures in the area delayed the completion of the final evaluation and final project documentation. The original authorization provides for project management services to be performed for traffic signal optimization projects in the Metro Region (CS 63900 – JN 100613). The revised authorization term will be September 3, 2008, through June 30, 2011. The authorization amount remains unchanged at $161,793.79. The revised contract term will be October 1, 2007, through June 30, 2011. Source of Funds: 81.85% Federal Highway Administration Funds and 18.15% State Restricted Trunkline Funds

Criticality: Traffic signal optimization reduces congestion and user delays and provides for safer roadways. This revision will provide sufficient time for the consultant to complete the services. Purpose/Business Case: To extend the authorization term to provide sufficient time for the consultant to complete the traffic signal optimization project management services. Benefit: This revision will allow the traffic signal optimization project management services to be completed. The work will ensure that project data is reviewed and engineering work evaluated in a timely manner, that optimization implementation is accurate and timely, and that optimization work conforms to federal guidelines. Funding Source: 81.85% Federal Highway Administration Funds and 18.15% State Restricted Trunkline Funds. Commitment Level: The hourly costs are fixed; however, the number of hours to perform this work has been estimated. Risk Assessment: Without the necessary project management the signal optimization may not proceed as planned. The lack of signal optimization may restrict the progression of traffic through a corridor and limit its efficiency resulting in congestion and delays. Cost Reduction: Costs in professional services contracts are on an actual cost plus fixed fee basis not to exceed the maximum contract amount. Hours are negotiated based on needed service. Selection: N/A for revision; qualifications-based for original authorization. New Project Identification: This is not a new project. Zip Code: 48075.

* Denotes a non-standard contract/amendment______9/14/10 Page 19

32. HIGHWAYS - IDS Time Extension Amendatory Contract (2008-0007/A1) between MDOT and Parsons Brinckerhoff Michigan, Inc., will extend the term of the indefinite delivery of services (IDS) contract by one year to provide sufficient time for the consultant to complete ongoing projects, including traffic signal optimization work under authorization (Z16). (See following item.) The original contract provides for engineering services to be performed on an as needed/when needed basis. No new authorizations will be issued under this IDS contract. The revised contract term will be October 30, 2007, through October 29, 2011. The maximum contract amount remains unchanged at $4,000,000. Source of Funds: Federal Highway Administration Funds, State Restricted Trunkline Funds, or local funds, depending on the particular project authorized.

Criticality: This contract will expire on October 29, 2010. If the IDS contract is not extended, authorizations issued under it cannot be extended as needed, including authorization (Z16), and the traffic signal optimization services under authorization (Z16) cannot be completed. Purpose/Business Case: To extend the term of the IDS contract by one year to allow authorizations issued under it to be extended. This will provide sufficient time for the consultant to complete ongoing services, including traffic signal optimization services under authorization (Z16). No new authorizations will be issued under this IDS contract Benefit: Will allow authorizations issued under this IDS contract to be extended, pending State Administrative Board approval, as applicable. Funding Source: Federal Highway Administration Funds, State Restricted Trunkline Funds, or local funds, depending on the particular project authorized. Commitment Level: The hourly costs are fixed; however, the number of hours to perform this work has been estimated. Risk Assessment: If this amendment is not approved, authorizations issued under it cannot be extended as needed, and the consultant will not be able to complete ongoing projects for which additional time is needed, including traffic signal optimization services under authorization (Z16). Cost Reduction: Costs in professional services contracts are on an actual cost plus fixed fee basis not to exceed the maximum contract amount. Hours are negotiated based on needed service. Selection: N/A for amendment; qualifications-based for original contract. New Project Identification: This is not a new project. Zip Code: 48075.

33. HIGHWAYS - IDS Engineering Services Authorization Revision (Z16/R1) under Contract (2008-0007) between MDOT and Parsons Brinckerhoff Michigan, Inc., will extend the authorization term by one year to provide sufficient time for the consultant to complete the traffic signal optimization services. The additional time is needed because construction project closures in the area delayed the completion of this project. The original authorization provides for traffic signal optimization services to be performed at various locations in Oakland County, Metro Region (CS 63900 – JN 100641C). The revised authorization term will be April 1, 2008, through October 29, 2011. The authorization amount remains unchanged at $329,416.67. The contract term will be October 30, 2007, through October 29, 2011. Source of Funds: 100% Federal Highway Administration Funds.

Criticality: Traffic signal optimization is critical to ensure that traffic progresses evenly and that congestion and emissions are reduced. This revision will provide sufficient time for the consultant to complete the final evaluation and final project documentation. Purpose/Business Case: To extend the authorization term by one year to provide sufficient time for the consultant to complete the final evaluation and final project documentation. Benefit: This revision will allow a complete traffic signal optimization project to be delivered that meets all goals and specifications to ensure that traffic progresses evenly and that congestion and emissions are reduced.

* Denotes a non-standard contract/amendment______9/14/10 Page 20 Funding Source: 100% Federal Highway Administration Funds. Commitment Level: The hourly costs are fixed; however, the number of hours to perform this work has been estimated. Risk Assessment: If this revision is not approved, the services cannot be completed, and federal funding could be lost. Failure to complete the final evaluation could compromise the effectiveness of the project. Cost Reduction: Costs in professional services contracts are on an actual cost plus fixed fee basis not to exceed the maximum contract amount. Hours are negotiated based on needed service. Selection: N/A for revision; qualifications-based for original authorization. New Project Identification: This is not a new project. Zip Code: 48075.

34. *HIGHWAYS - Time Extension Amendatory Contract (2008-0191/A1) between MDOT and HNTB Michigan, Inc., will extend the contract term by approximately six months to provide sufficient time for the consultant to review documents and close out the construction engineering contract (4 days retroactive). The additional time is needed because additional work was added to the construction contract and because outstanding issues with stakeholders need to be resolved. The original contract provides for construction engineering services to be performed for the reconstruction of I-75 from south of South Huron River Drive to Gibraltar Road in the cities of South Rockwood, Rockwood, and Flat Rock and in the townships of Berlin and Brownstown, Wayne and Monroe Counties. The revised contract term will be April 16, 2008, through March 1, 2011. The contract amount remains unchanged at $5,250,492.44. Source of Funds: Federal Highway Administration Funds, State Restricted Trunkline Funds, or local funds, depending on the particular project authorized and approved by MDOT.

Criticality: This contract provides for construction engineering oversight and inspection services to be performed for a construction project. The contract must be extended in order to meet the designated project schedule. Purpose/Business Case: To extend the contract term by approximately six months to provide sufficient time for the consultant to review documents and close out the construction engineering contract. Benefit: This amendment will provide the additional time required to complete the project oversight services, as required by federal law, which will result in a high quality product. The services will ensure that all parts of the construction are up to current federal and MDOT standards. Funding Source: Federal Highway Administration Funds, State Restricted Trunkline Funds, or local funds, depending on the particular project authorized. Commitment Level: The hourly costs are fixed; however, the number of hours to perform this work has been estimated. Risk Assessment: Failure to approve this amendment could result in the loss of federal participation on this project. Cost Reduction: Costs in professional services contracts are on an actual cost plus fixed fee basis not to exceed the maximum contract amount. Hours are negotiated on needed service. Selection: N/A for amendment; qualifications-based for original contract. New Project Identification: This is not a new project. Zip Code: 48173.

* Denotes a non-standard contract/amendment______9/14/10 Page 21

35. HIGHWAYS - Increase Services and Amount Amendatory Contract (2008-0422/A3) between MDOT and Wilbur Smith Associates, Inc., Michigan, will provide for the performance of additional design services and will increase the contract amount by $16,725.71. The additional services will include revising design plans to add detours, temporary signal design, and retaining wall design and revising drainage plans within the current project limits. The original contract provides for design services to be performed for the reconstruction of M-140 from Dan Smith Road to the Watervliet Township Hall in the city of Watervliet, Berrien County (CS 11072 - JN 87321C). The contract term remains unchanged, August 20, 2008, through December 31, 2011. The revised contract amount will be $717,209.35. Source of Funds: 81.85% Federal Highway Administration Funds and 18.15% State Restricted Trunkline Funds.

Criticality: This project is currently in the design phase. Approval of this amendment will keep the project on schedule and allow it to be let for construction in 2011. The design changes will address local agency concerns and adjust the design to current ground conditions. Purpose/Business Case: To provide for the performance of additional design services, including revising design plans to add a detour route, temporary signal design, and retaining wall design and revising drainage plans within the current project limits. Benefit: This project will improve pavement conditions and drainage, enhance public safety, and provide a safer and more efficient roadway. The proposed changes will minimize impacts on local businesses. Funding Source: 81.85% Federal Highway Administration Funds and 18.15% State Restricted Trunkline Funds. Commitment Level: The hourly costs are fixed; however, the number of hours to perform this work has been estimated. Risk Assessment: If the additional work is not completed, changes will need to be made at time of construction, which would result in higher costs. Cost Reduction: Costs in professional services contracts are on an actual cost plus fixed fee basis not to exceed the maximum contract amount. Hours are negotiated based on needed service. Selection: N/A for amendment; qualifications-based for original contract. New Project Identification: This is not a new project. Zip Code: 49098.

36. HIGHWAYS - IDS Engineering Services Authorization Revision (Z17/R1) under Contract (2009-0052) between MDOT and URS Corporation Great Lakes will provide for the performance of additional services, will increase the authorization amount by $99,959.89, and will extend the authorization term by three months to provide for the continuation of ongoing services until funding is obligated for fiscal year 2011. This revision will provide for the continuation of control room operations in the Grand Region without a gap in services. The original authorization provides for the performance of control room operations at the West Michigan Traffic Management Center (TMC), which provides services for Kent, Ionia, Mecosta, Montcalm, Muskegon, Newaygo, Oceana, and Ottawa Counties in the Grand Region. The revised authorization term will be July 1, 2010, through December 31, 2010. The revised authorization amount will be $189,712.60. The contract term is November 5, 2008, through November 4, 2011. Source of Funds: 80% Federal Highway Administration Funds and 20% State Restricted Trunkline Funds.

* Denotes a non-standard contract/amendment______9/14/10 Page 22 Criticality: Responsible operation of the West Michigan TMC is critical for the safe and efficient operation of the freeway system throughout Metropolitan Grand Rapids. Area Intelligent Transportation System (ITS) assets are operated and managed by TMC operations staff. Active traffic management and incident management are critical for efficient roadway operations and traveler safety. This revision will provide for the continuation of control room operations in the Grand Region without a gap in services. Purpose/Business Case: To provide for the performance of additional services, to increase the authorization amount by $99,959.89, and to extend the authorization term by three months to provide for the continuation of ongoing services until funding is obligated for fiscal year 2011. Benefit: MDOT will be able to staff and operate the TMC, and the consultant will be able to continue to manage the area’s ITS assets and freeway system. Improved traffic operations save time (reduced user delays), money (reduced fuel usage), and lives (fewer accidents and better emergency response times). Funding Source: 80% Federal Highway Administration Funds and 20% State Restricted Trunkline Funds. Commitment Level: The hourly costs are fixed; however, the number of hours to perform this work has been estimated. Risk Assessment: If this revision is not approved, there will be a gap in services, and user delays, fuel usage, the risk of accidents, and emergency response times could increase. Cost Reduction: Costs in professional services contracts are on an actual cost plus fixed fee basis not to exceed the maximum contract amount. Hours are negotiated based on needed service. Selection: N/A for revision; qualifications-based for original authorization. New Project Identification: This is not a new project. Zip Code: 49504.

37. HIGHWAY - IDS Engineering Services Authorization (Z11) under Contract (2009-0445) between MDOT and RS Engineering, LLC, will provide for design services to be performed for the reconstruction and widening of the existing 112th Avenue structure over I-96, the reconstruction of the two existing ramps, and the completion of the partial interchange with the addition of two new ramps in Crockery Township, Ottawa County (CS 70063 – JN 103244D). The authorization will be in effect from the date of award through May 19, 2012. The authorization amount will be $736,760.87. The contract term is May 20, 2009, through May 19, 2012. Source of Funds: 80% Federal Highway Administration (FHWA) Funds and 20% State Restricted Trunkline Funds.

Criticality: The US-31/M-231 projects will provide congestion relief, increase safety, and provide an additional crossing of the Grand River in Ottawa County. Purpose/Business Case: To provide for design services to be performed for reconstruction and widening of the existing 112th Avenue structure over I-96, the reconstruction of the two existing ramps, and the completion of the partial interchange with the addition of two new ramps to allow all movements. Two existing ramps at M-104 will also be removed to improve operations in the area. In addition, this project will remove two existing structures on I- 96 over an abandoned railroad and replace them with fill. There is no longer a need for this grade separation, and the condition of the existing structures is deteriorating. Benefit: The removal of two unneeded structures, which will remove associated safety risks and save on future maintenance costs, and the completion of an existing partial exchange, which will relieve congestion and improve safety. Funding Source: 80% FHWA Funds and 20% State Restricted Trunkline Funds. Commitment Level: The hourly costs are fixed; however, the number of hours to perform this work has been estimated. Risk Assessment: The risks of not completing this project include increased costs associated with future maintenance for the two existing railroad structures and continued operational/safety issues with the existing 112th Avenue interchange. This project is to be coordinated with a project for a new M-231 interchange at I-96; failure to coordinate the two projects would also increase costs. Cost Reduction: Costs in professional services contracts are on an actual cost plus fixed fee basis not to exceed the maximum contract amount. Hours are negotiated based on needed service.

* Denotes a non-standard contract/amendment______9/14/10 Page 23 Selection: Qualifications-based. New Project Identification: This is a new project. Zip Code: 49448.

38. HIGHWAYS - IDS Engineering Services Authorization (Z11) under Contract (2009-0480) between MDOT and HNTB Michigan, Inc., will provide for the performance of as-needed design services during construction for Intelligent Transportation System (ITS) system manager services on I-94, US-23, M-14, and US-127 in the Ann Arbor area in the University Region (CS 84916 - JN 107179A). The work items include project administration, inspection, quality assurance testing, and preparation and documentation of project records. The authorization will be in effect from the date of award through June 16, 2012. The authorization amount will be $212,706.08. The contract term is June 17, 2009, through June 16, 2012. Source of Funds: 80% Federal Highways Administration Funds and 20% State Restricted Trunkline Funds.

Criticality: Proper construction oversight is critical in order to ensure successful deployment of the ITS project. The system manager services will ensure that ITS components are constructed according to MDOT plans and specifications in a timely and cost effective manner. Purpose/Business Case: To provide for the performance of as-needed design services during construction for ITS system manager services on I-94, US-23, M-14, and US-127 in the Ann Arbor area. Benefit: Will provide for adequate project administration, inspection, and testing, as required by federal law, which will result in a high quality product. The services will ensure that requirements are met to satisfy state and federal guidelines for construction oversight and the administration of highway construction projects. Funding Source: 80% Federal Highways Administration Funds and 20% State Restricted Trunkline Funds. Commitment Level: The hourly costs are fixed; however, the number of hours to perform this work has been estimated. Risk Assessment: If this authorization is not approved, the project may not have adequate construction engineering oversight, including inspection and testing, which could result in substandard work. Failure to provide the services outlined could result in the loss of federal participation on this and subsequent highway construction projects. Cost Reduction: Costs in professional services contracts are on an actual cost plus fixed fee basis not to exceed the maximum contract amount. Hours are negotiated based on needed service. Selection: Qualifications-based. New Project Identification: This is not a new project. Zip Code: 48103.

39. *HIGHWAYS – Increase Services and Amount, Extend Term Amendatory Contract (2009-0649/A1) between MDOT and Motor City Electric Technologies, Inc., will provide for the continuation of ongoing maintenance services for Intelligent Transportation System (ITS) infrastructure throughout the state, will add a second year of funding in the amount of $2,283,157.15, and will extend the contract term by one year. The services include maintenance of ITS devices and communications equipment, development of a preventive maintenance plan, working with and documenting work using asset management software, and coordination with other contractors. The original contract provides for maintenance services for ITS infrastructure throughout the state. The revised contract term will be September 21, 2009, through September 30, 2011. The revised contract amount will be $4,566,314.30. Source of Funds: 80% Federal Highway Administration Funds and 20% State Restricted Trunkline Funds.

* Denotes a non-standard contract/amendment______9/14/10 Page 24

Criticality: The amendment will provide the funding necessary for continuous operation of ITS assets which is critical for the safe and efficient operation of the freeway system. This project will ensure that MDOT’s traffic management systems remain operational and will protect MDOT’s investment in those systems by ensuring that the equipment is in optimal condition. Purpose/Business Case: To provide for the performance of ITS services throughout the state to ensure that MDOT has the equipment available to help minimize disruptions to the movement of people and goods during traffic incidents. It will also help to prevent secondary crashes involving motorists and emergency responders by allowing MDOT to actively manage traffic along the trunkline system. Benefit: The ITS maintenance services will allow MDOT to continue its efforts to effectively manage the flow of traffic in the regions and improve the safety of motorists on state trunklines. Funding Source: 80% Federal Highway Administration Funds and 20% State Restricted Trunkline Funds. Commitment Level: The hourly costs are fixed; however, the number of hours to perform this work has been estimated. Risk Assessment: If the services are not performed, MDOT's ITS assets could fall into disrepair, and MDOT would not be able to actively manage traffic. Cost Reduction: Unit price per item of work. Selection: N/A for amendment; best value for original contract. New Project Identification: This is not a new project. Zip Code: 48909.

40. HIGHWAYS – Increase Services and Amount, Extend Term Amendatory Contract (2009-0650/A1) between MDOT and URS Corporation Great Lakes will increase the contract amount by $1,803,802.28 and will extend the contract term by one year to provide for an additional year of the services. The original contract provides for operation of the MDOT Traffic Management Centers (TMC) in the Michigan Intelligent Transportation System Center (MITSC) in Detroit and in the Blue Water Bridge operations center in Port Huron. Funding recently became available for the planned second year of the services. The revised contract term will be September 23, 2009, through September 30, 2011. The revised contract amount will be $3,600,601.60. Source of Funds: 80% Federal Highway Administration Funds and 20% State Restricted Trunkline Funds.

Criticality: Approval of this amendment is critical to the operation of the TMCs and the safety of motorists using the state trunkline system. All Metro Region Intelligent Transportation System (ITS) assets are operated and managed by control room staff. Purpose/Business Case: To provide for planned second year services and funding. Sufficient funding for multiple years of service for this multi-year contract was not available in 2010 because of delays in the reauthorization of the federal transportation authorization bill. Benefit: Will allow MDOT to continue to manage the flow of traffic and to improve capacity and safety on state trunkline roads within the Metro Region. Funding Source: 80% Federal Highway Administration Funds and 20% State Restricted Trunkline Funds. Commitment Level: The hourly costs are fixed; however, the number of hours to perform this work has been estimated. Risk Assessment: If this amendment is not approved, MDOT will not be able to staff and operate the MITSC and Blue Water Bridge traffic operations center, which could degrade the Metro Region ITS assets and freeway system. Cost Reduction: Costs in professional services contracts are on an actual cost plus fixed fee basis not to exceed the maximum contract amount. Hours are negotiated based on needed service. Selection: N/A for amendment; qualifications-based for original contract. New Project Identification: This is not a new project. Zip Code: 48075.

* Denotes a non-standard contract/amendment______9/14/10 Page 25

41. HIGHWAYS – IDS Consultant Research Services Authorization Revision (Z1/R1) under Contract (2009-0669) between MDOT and Cambridge Systematics, Inc., will extend the authorization term by four months to provide sufficient time for the consultant to complete the project. The additional time is needed because of a delay in the award of the authorization. The additional time will allow MDOT to provide technical feedback on the final report. The original authorization provides for an examination of existing and new ways to provide travel information, determine specific traveler needs, recommend formats and options, and examine other state traveler information systems. The revised authorization term will be December 18, 2009, through January 31, 2011. The authorization amount remains unchanged at $173,662. The contract term is December 16, 2009, through December 15, 2013. Source of Funds: 80% Federal Highway Administration Funds and 20% State Restricted Trunkline Funds.

Criticality: The additional time will allow MDOT to provide technical feedback on the final report. Purpose/Business Case: To extend the authorization term by four months to provide sufficient time for the consultant to complete the final report and for MDOT to provide technical feedback on the final report. Benefit: Will provide sufficient time for MDOT to provide technical feedback on the final report. Funding Source: 80% Federal Highway Administration Funds and 20% State Restricted Trunkline Funds. Commitment Level: The hourly costs are fixed; however, the number of hours to perform this work has been estimated. Risk Assessment: If the revision is not approved, MDOT will not have sufficient time to review and provide feedback on the final report. Cost Reduction: Costs in professional services contracts are on an actual cost plus fixed fee basis not to exceed the maximum contract amount. Hours are negotiated based on needed service. Selection: N/A for revision; best value for original authorization. New Project Identification: This is not a new project. Zip Code: 48909.

42. HIGHWAYS – IDS Consultant Research Services Authorization Revision (Z1/R1) under Contract (2009-0670) between MDOT and Applied Research Associates, Inc., will extend the authorization term by three months to provide sufficient time for the consultant to complete the project. The additional time is needed because data review and performance data analysis took longer than anticipated. The original authorization provides for the identification of contributing factors, trends, and mitigation strategies to combat pavement deterioration. The revised authorization term will be October 7, 2009, through December 30, 2010. The authorization amount remains unchanged at $147,008.49. The contract term is October 7, 2009, through October 6, 2013. Source of Funds: 80% Federal Highway Administration Funds and 20% State Restricted Trunkline Funds.

Criticality: The additional time will allow the consultant to complete data analysis and the final report. Purpose/Business Case: To extend the authorization term by three months to provide sufficient time for the consultant to complete the data analysis and the final report. Benefit: Will provide sufficient time for the completion of data analysis and ensure that the conclusions and recommendation in the final report accurately reflect the analysis results. Funding Source: 80% Federal Highway Administration Funds and 20% State Restricted Trunkline Funds. Commitment Level: The hourly costs are fixed; however, the number of hours to perform this work has been estimated. Risk Assessment: If the revision is not approved, there will not be a comprehensive analysis of all the data, which could result in faulty conclusions and recommendations. Cost Reduction: Costs in professional services contracts are on an actual cost plus fixed fee basis not to exceed the maximum contract amount. Hours are negotiated based on needed service. * Denotes a non-standard contract/amendment______9/14/10 Page 26 Selection: N/A for revision; best value for original authorization. New Project Identification: This is not a new project. Zip Code: 48909.

43. HIGHWAYS – Time Extension Amendatory Contract (2009-0693/A1) between MDOT and Emergency Road Response, Inc. (ERR), will extend the contract term by one year to provide for the continued performance of freeway courtesy patrol services. The additional time will allow ERR to continue to provide assistance to stranded motorists throughout the Southeast Michigan freeway system. The original contract provides for ERR to provide assistance to stranded motorists along freeways in Macomb, Oakland, and Wayne Counties. The services benefit those assisted and other motorists by reducing traffic congestion and increasing roadway safety. The revised contract term will be September 25, 2009, through September 30, 2011. The contract amount remains unchanged at $1,946,160. Source of Funds: 80% Federal Highway Administration Funds and 20% State Restricted Trunkline Funds.

Criticality: The freeway courtesy patrol services, which are available 24 hours a day, 7 days a week, are critical for the safe and efficient operation of the Metropolitan Detroit freeway system. Active traffic management and incident management are critical for efficient freeway operations and traveler safety. These services help MDOT to effectively manage the flow of traffic on roads in the Metropolitan Detroit area. Purpose/Business Case: To extend the contract term by one year to provide for the uninterrupted performance of freeway courtesy patrol services. Benefit: The continuation of the freeway courtesy patrol services will aid in the management of the region’s freeway system. MDOT will be able to continue to assist stranded motorists, which benefits those assisted and others by reducing traffic congestion and increasing roadway safety. Funding Source: 80% Federal Highway Administration Funds and 20% State Restricted Trunkline Funds. Commitment Level: Costs are based on unit prices. Risk Assessment: If this amendment is not approved, MDOT will not be able to continue to assist stranded motorists along the Southeast Michigan freeway system and an opportunity will be lost to improve the safety and efficiency of the Metropolitan Detroit freeway system through active incident management. Cost Reduction: Costs are based on low bid. Selection: N/A for amendment; low bid for original contract. New Project Identification: This is not a new project. Zip Code: 48226.

44. HIGHWAYS – IDS University Research Services Authorization Revision (Z2/R1) under Contract (2009-0748) between MDOT and Wayne State University will extend the authorization term by one month to provide sufficient time for the university to complete the research services. The additional time is needed because MDOT has requested that additional research components be examined, including past research on older drivers, crash data, preview distance and exposure data from other states. The original authorization provides for an evaluation of the effectiveness of steady burn warning lights on construction zone drums. The revised authorization term will be November 2, 2009, through December 1, 2010. The authorization amount remains unchanged at $200,000.84. The contract term is from October 22, 2009, through September 30, 2010, or until work under the last authorization has been completed, whichever is longer. Source of Funds: 80% Federal Highway Administration Funds and 20% State Restricted Trunkline Funds.

* Denotes a non-standard contract/amendment______9/14/10 Page 27 Criticality: The additional time is needed to allow the university to include the additional research components requested by MDOT. Purpose/Business Case: To extend the authorization term by one month to provide sufficient time for the university to include an evaluation of past research on older drivers, crash data, preview distance, and exposure data from other states in the final report. There is no increase in the cost of the project. Benefit: Will provide sufficient time for the university to incorporate the research components requested by MDOT. Funding Source: 80% Federal Highway Administration Funds and 20% State Restricted Trunkline Funds. Commitment Level: The hourly costs are fixed; however, the number of hours to perform this work has been estimated. Risk Assessment: If this revision is not approved, the exclusion of the additional components would result in an incomplete analysis and could render the findings of the research useless to MDOT and the industry. Cost Reduction: Actual cost basis. Selection: N/A. New Project Identification: This is not a new project. Zip Code: 48909.

45. HIGHWAY - IDS Engineering Services Authorization (Z7) under Contract (2010-0041) between MDOT and Great Lakes Engineering Group, LLC, will provide for design services to be performed for bridge scoping at various locations in the Bay Region. The authorization will be in effect from the date of award through November 18, 2012. The authorization amount will be $140,958.84. The contract term is November 19, 2009, through November 18, 2012. Source of Funds: Federal Highway Administration Funds, State Restricted Trunkline Funds, or local funds, depending on the particular project authorized.

Criticality: This bridge scoping project will allow the Bay Region to properly maintain structures by providing scoping reports to identify the best design fix for each structure. Purpose/Business Case: To provide for design services to be performed for bridge scoping at various locations in the Bay Region. Benefit: Will enable MDOT to identify and estimate all work needed to accurately improve the safety of the existing bridges. This project will also allow MDOT to identify and estimate all work needed to accurately create the Bay Region 2015 Bridge Call for Projects. Funding Source: Federal Highway Administration Funds, State Restricted Trunkline Funds, or local funds, depending on the particular project authorized. Commitment Level: The hourly costs are fixed; however, the number of hours to perform this work has been estimated. Risk Assessment: If this authorization is not approved, the bridges will continue to deteriorate, and MDOT will fail to meet statewide condition goals. Cost Reduction: Costs in professional services contracts are on an actual cost plus fixed fee basis not to exceed the maximum contract amount. Hours are negotiated based on needed service. Selection: Qualifications-based. New Project Identification: This is a new project. Zip Code: 48909.

* Denotes a non-standard contract/amendment______9/14/10 Page 28

46. HIGHWAYS – Time Extension Amendatory Contract (2010-0043/A3) between MDOT and Wilbur Smith Associates, Inc., Michigan will extend the contract term by one year to provide for the continuation of the ongoing services. The additional time is required because of ongoing legislative sessions on the Detroit River International Crossing (DRIC) project. The original contract provides for the conduct of a comprehensive traffic and toll revenue study for the DRIC project in Wayne County (CS 82194 – JN 80233). The revised contract term will be November 3, 2009, through September 30, 2011. The contract amount remains unchanged at $304,067.37. Source of Funds: 80% Federal Highway Administration Funds and 20% State Restricted Trunkline Funds.

Criticality: This amendment will allow the consultant to continue to prepare for and attend ongoing legislative sessions as a subject matter expert to assist MDOT in providing analysis for the DRIC project. The comprehensive traffic and toll revenue study is required in order for MDOT to meet legislative reporting requirements under 2009 PA 116, 384(1). Purpose/Business Case: The additional time will ensure that MDOT is able to meet the legislative reporting requirement to provide one member of the consultant firm to prepare for and attend the legislative sessions as a subject matter expert. Benefit: The additional time will allow MDOT to meet legislative reporting requirements. The study will help MDOT to develop an alternative financing and delivery method for the DRIC project. Alternative financing and delivery could result in significant savings of federal and state transportation funds and allow those transportation funds to be used on needed projects elsewhere in the state. Funding Source: 80% Federal Highway Administration Funds and 20% State Restricted Trunkline Funds. Commitment Level: The hourly costs are fixed; however, the number of hours to perform this work has been estimated. Risk Assessment: If this amendment is not approved and the services are not completed, MDOT will not meet legislative reporting requirements. The information provided by the comprehensive study could allow MDOT to solicit requests for proposals from the private sector to construction and funding of this project and could allow the legislature to authorize this project as a public-private partnership. Cost Reduction: Fixed hourly rate basis. Selection: N/A for amendment; best value for original contract. New Project Identification: This is a new project. Zip Code: 48075.

47. HIGHWAYS - IDS Engineering Services Authorization (Z5) under Contract (2010-0093) between MDOT and Soil and Materials Engineers, Inc., will provide for as-needed geotechnical engineering services, including geotechnical investigations, to be performed in the Bay Region. The work items will include pavement coring/soil boring for roads, bridges, culverts, sign trusses, sign cantilevers, and signal poles; foundations designs; and laboratory analysis. The authorization will be in effect from the date of award through January 19, 2013. The authorization amount will be $198,499.70. The contract term is January 20, 2010, through January 19, 2013. Source of Funds: Federal Highway Administration (FHWA) Funds, State Restricted Trunkline Funds, or local funds, depending on the particular project authorized.

Criticality: The geotechnical engineering services will help to ensure that the highway construction projects are completed in accordance with state and federal guidelines. Purpose/Business Case: To provide for as-needed geotechnical engineering services including geotechnical investigations, to be performed in the Bay Region. Benefit: Will provide geotechnical engineering services required to obtain information about the physical properties of the project sites, including soil conditions, needed to design and construct the projects and to meet state and federal guidelines.

* Denotes a non-standard contract/amendment______9/14/10 Page 29 Funding Source: FHWA Funds, State Restricted Trunkline funds, or local funds, depending on the particular project authorized. Commitment Level: The hourly costs are fixed; however, the number of hours to perform this work has been estimated. Risk Assessment: If the geotechnical engineering services are not provided, the projects will lack needed information about the site conditions, including soil conditions, which could result in substandard work. Failure to provide the geotechnical engineering services could result in the loss of federal participation on these and subsequent highway construction projects. Cost Reduction: Costs in professional services contracts are on an actual cost plus fixed fee basis not to exceed the maximum contract amount. Hours are negotiated based on needed service. Selection: Qualifications-based. New Project Identification: This is not a new project. Zip Code: 48601.

48. HIGHWAYS - IDS Engineering Services Authorization (Z2) under Contract (2010-0186) between MDOT and Professional Service Industries, Inc., will provide for as-needed geotechnical engineering services including geotechnical investigations, to be performed in the Bay Region. The work items will include pavement coring/soil boring for roads, bridges, culverts, sign trusses, sign cantilevers, and signal poles; foundations designs; and laboratory analysis. The authorization will be in effect from the date of award through June 30, 2013. The authorization amount will be $198,499.63. The contract term is July 1, 2010, through June 30, 2013. Source of Funds: Federal Highway Administration (FHWA) Funds, State Restricted Trunkline Funds, or local funds, depending on the particular project authorized.

Criticality: The geotechnical engineering services will help to ensure that the highway construction projects are completed in accordance with state and federal guidelines. Purpose/Business Case: To provide for as-needed geotechnical engineering services including geotechnical investigations, to be performed in the Bay Region. Benefit: Will provide geotechnical engineering services required to obtain information about the physical properties of the project sites, including soil conditions, needed to design and construct the projects and to meet state and federal guidelines. Funding Source: FHWA Funds, State Restricted Trunkline funds, or local funds, depending on the particular project authorized. Commitment Level: The hourly costs are fixed; however, the number of hours to perform this work has been estimated. Risk Assessment: If the geotechnical engineering services are not provided, the projects will lack needed information about the site conditions, including soil conditions, which could result in substandard work. Failure to provide the geotechnical engineering services could result in the loss of federal participation on these and subsequent highway construction projects. Cost Reduction: Costs in professional services contracts are on an actual cost plus fixed fee basis not to exceed the maximum contract amount. Hours are negotiated based on needed service. Selection: Qualifications-based. New Project Identification: This is not a new project. Zip Code: 48601.

* Denotes a non-standard contract/amendment______9/14/10 Page 30

49. HIGHWAYS - IDS Engineering Services Authorization Revision (Z2/R1) under Contract (2010-0202) between MDOT and URS Corporation Great Lakes will provide for the performance of additional design services and will increase the authorization amount by $272,185.14. The work was changed from completing base plans to completing final plans. The original authorization provides for design services to be performed for the rehabilitation of US-131 from approximately Cannonsville Road north to M-46 in Pierson and Reynolds Townships, Montcalm County (CS 59012 - JN 87108C). The services will include design work for concrete inlay rehabilitation, shoulder upgrades, guardrail replacement, drainage improvements, and ramp rehabilitation. The authorization term remains unchanged, June 7, 2010, through June 3, 2013. The revised authorization amount will be $429,183.85. The contract term is June 4, 2010, through June 3, 2013. Source of Funds: 81.85% Federal Highway Administration Funds and 18.15% State Restricted Trunkline Funds.

Criticality: The work items associated with this revision are necessary to complete the project. Purpose/Business Case: To provide for the performance of additional design services and to increase the authorization amount by $272,185.14. The work was changed from completing base plans to completing final plans. The original scope of work included the design for US-131 from approximately Cannonsville Road north to M-46 in Pierson and Reynolds Townships, Montcalm County, to the base plan stage with the possibility of the addition of the remaining design work. To ensure that the letting date is met, the remaining design work to provide final plans will need to be added to the scope of work. Benefit: This revision will provide necessary hours for additional work. The addition of these hours will allow the project, which is currently in the Five Year Plan, to be let on schedule. Funding Source: 81.85% Federal Highway Administration Funds and 18.15% State Restricted Trunkline Funds. Commitment Level: The hourly costs are fixed; however, the number of hours to perform this work has been estimated. Risk Assessment: If this revision is not approved and the additional services are not performed, the project could exhibit major delays because the plans would not be completed in a timely manner. Cost Reduction: Costs in professional service contracts are on an actual cost plus fixed fee basis not to exceed the maximum contract amount. Hours are negotiated based on needed service. Selection: N/A for revision; qualifications-based for original authorization. New Project Identification: This is not a new project. Zip Code: 49329 and 49339.

50. HIGHWAYS - IDS Engineering Services Authorization (Z3) under Contract (2010-0210) between MDOT and Fishbeck, Thompson, Carr & Huber, Inc., will provide for as-needed inspection and testing services to be performed for the Brighton Transportation Service Center (TSC) service area. The work items will include project administration, hot mix asphalt inspection, quality assurance testing, and preparation and documentation of project records. The authorization will be in effect from the date of award through May 4, 2013. The authorization amount will be $249,824.24. The contract term is May 5, 2010, through May 4, 2013. Source of Funds: Federal Highway Administration Funds, State Restricted Trunkline Funds, or local funds, depending on the particular project authorized.

Criticality: Inspection and testing services are critical to ensuring that highway construction projects are completed in accordance with state and federal guidelines so federal funding is maintained and not jeopardized on future projects. Purpose/Business Case: To provide for as-needed inspection and testing services to be performed for the Brighton TSC service area. Benefit: Will provide for project administration, inspection, and testing, as required by federal law, which will result in high quality products. The services will ensure that requirements are met to satisfy state and federal guidelines for construction oversight and the administration of highway construction projects.

* Denotes a non-standard contract/amendment______9/14/10 Page 31 Funding Source: Federal Highway Administration Funds, State Restricted Trunkline Funds, or local funds, depending on the particular project authorized. Commitment Level: The hourly costs are fixed; however, the number of hours to perform this work has been estimated. Risk Assessment: If this authorization is not approved, the project may not have adequate construction engineering oversight, including inspection and testing. This could result in substandard work. Failure to provide the services outlined could result in the loss of federal participation on highway construction projects. Cost Reduction: Costs in professional services contracts are on an actual cost plus fixed fee basis not to exceed the maximum contract amount. Hours are negotiated based on needed service. Selection: Qualifications-based. New Project Identification: This is not a new project. Zip Code: 48116.

51. HIGHWAYS - IDS University Research Services Contract (2010-0291) between MDOT and Central Michigan University will provide for research and/or development services to be performed on an as needed/when needed basis. The contract will be in effect from the date of award through four years. The maximum contract amount will be $4,000,000, and the maximum amount of any authorization will be $1,000,000. Authorizations over $25,000 will be submitted to the State Administrative Board for approval. Source of Funds: Federal, Restricted State, or local funds, depending on the particular project authorized.

52. HIGHWAYS - IDS University Research Services Contract (2010-0292) between MDOT and Eastern Michigan University will provide for research and/or development services to be performed on an as needed/when needed basis. The contract will be in effect from the date of award through four years. The maximum contract amount will be $4,000,000, and the maximum amount of any authorization will be $1,000,000. Authorizations over $25,000 will be submitted to the State Administrative Board for approval. Source of Funds: Federal, Restricted State, or local funds, depending on the particular project authorized.

53. HIGHWAYS - IDS University Research Services Contract (2010-0293) between MDOT and Lawrence Technological University will provide for research and/or development services to be performed on an as needed/when needed basis. The contract will be in effect from the date of award through four years. The maximum contract amount will be $4,000,000, and the maximum amount of any authorization will be $1,000,000. Authorizations over $25,000 will be submitted to the State Administrative Board for approval. Source of Funds: Federal, Restricted State, or local funds, depending on the particular project authorized.

54. HIGHWAYS - IDS University Research Services Authorization (Z1) under Contract (2010-0293) between MDOT and Lawrence Technological University (LTU) will provide for the continued services of the Center of Excellence for Sustainable Infrastructure & Testing at LTU for MDOT fiscal year 2011. The Center will provide technology transfer, applied research, and outreach activities for sustainable structures by promoting the use of carbon fiber reinforced polymer and fiber reinforced polymer as reinforcement in structures. The authorization will be in effect from the date of award through September 30, 2011. The authorization amount will be $34,998.00. The contract will be in effect from the date of award through four years. Source of Funds: 100% State Restricted Trunkline Funds. * Denotes a non-standard contract/amendment______9/14/10 Page 32 Criticality: The Center’s applied research and technology transfer activities support ongoing improvements to safety and mobility throughout Michigan. The applied research will help MDOT to solve safety problems and reduce future costs. Purpose/Business Case: To provide for the continued services of the Center of Excellence at LTU for MDOT fiscal year 2011. Benefit: The center will represent MDOT at state forums related to transportation issues and will interact with MDOT project engineers and staff on issues related to transportation materials. This interaction will allow the university to continue to transfer technology to optimize the service life of the transportation system. Funding Source: 100% State Restricted Trunkline Funds. Commitment Level: The hourly costs are fixed; however, the number of hours to perform this work has been estimated. Risk Assessment: If this authorization is not approved, the research and technology transfer services may not be provided, and an opportunity could be lost to gain information to support transportation improvements and reduce future costs. Cost Reduction: Actual cost reimbursement. Selection: N/A. New Project Identification: This is not a new project. Zip Code: 48909.

55. HIGHWAYS - IDS University Research Services Contract (2010-0294) between MDOT and Michigan State University will provide for research and/or development services to be performed on an as needed/when needed basis. The contract will be in effect from the date of award through four years. The maximum contract amount will be $4,000,000, and the maximum amount of any authorization will be $1,000,000. Authorizations over $25,000 will be submitted to the State Administrative Board for approval. Source of Funds: Federal, Restricted State, or local funds, depending on the particular project authorized.

56. HIGHWAYS – IDS University Research Authorization (Z1) under Contract (2010-0294) between MDOT and Michigan State University will provide for the development of guidelines and recommendations for the sustainable design and construction of bridges. Researchers will develop a framework to define and measure sustainable and green design approaches, assess current practices, and develop appropriate tools to educate MDOT engineers about sustainability practices. The authorization will be in effect from the date of award through two years. The authorization amount will be $99,818. The contract will be in effect from the date of award through four years. Source of Funds: 80% Federal Highway Administration Funds and 20% State Restricted Trunkline Funds.

Criticality: This project will provide guidelines for sustainability and green design and tools for MDOT engineers to use in bridge design plans. Purpose/Business Case: Integration and implementation of sustainable procedures into bridge design are the main focus of this research project. Sustainable and green design approaches will be implemented in current MDOT bridge design and construction applications. Benefit: The research is expected to result in a better understanding by MDOT staff of the environmental and economic sustainability of bridge structures in Michigan. MDOT will become more environmentally responsible, and project costs over the lifetime of bridges may be lower. New guidelines resulting from the project may position Michigan as a leading state in green design for bridges. Funding Source: 80% Federal Highway Administration Funds and 20% State Restricted Trunkline Funds. Commitment Level: The hourly costs are fixed; however, the number of hours to perform this work has been estimated. Risk Assessment: If this authorization is not approved, project costs over the lifetimes of bridges could be higher, MDOT could miss the opportunity to become a leader in green bridge design, and the MDOT bridge program could have a higher environmental impact than necessary.

* Denotes a non-standard contract/amendment______9/14/10 Page 33 Cost Reduction: Actual cost reimbursement. Selection: Best value. New Project Identification: This is a new research project. Zip Code: 48909.

57. HIGHWAYS – IDS University Research Authorization (Z2) under Contract (2010-0294) between MDOT and Michigan State University will provide for an investigation of the safety impacts of four-lane to three-lane conversions on corridors in Michigan where this countermeasure has been implemented. Researchers will collect data and analyze lane conversion projects, develop crash reduction factors, and provide specific recommendations regarding the circumstances for which lane conversions should be considered. The authorization will be in effect from the date of award through one year. The authorization amount will be $149,281. The contract will be in effect from the date of award through four years. Source of Funds: 80% Federal Highway Administration Funds and 20% State Restricted Trunkline Funds.

Criticality: MDOT needs to determine the safety and effectiveness of the four-lane to three-lane conversion, as this method has become more commonplace on state-owned truckline routes and local roads. Purpose/Business Case: To identify the types of crash reduction factors that can be expected from future installations and when such installations should be considered. A four-lane to three-lane conversion involves changing the operations of the roadway from a two-lane, two-way roadway to one lane in each direction with a center left-turn lane. This research will expand on a 2001 study that was completed when a limited number of sites had been converted. Benefit: MDOT and local agencies will be able to make more informed decisions about if and when to convert sites. This method is a very low cost safety treatment with potentially high benefits in accident reduction. Funding Source: 80% Federal Highway Administration Funds and 20% State Restricted Trunkline Funds. Commitment Level: The hourly costs are fixed; however, the number of hours to perform this work has been estimated. Risk Assessment: If this authorization is not approved and the research services are not performed, MDOT will not have the information it needs to make informed decisions about if and when to implement four-lane to three-lane conversions. Cost Reduction: Actual cost reimbursement. Selection: Best value. New Project Identification: This is a new research project. Zip Code: 48909.

58. HIGHWAYS - IDS University Research Services Authorization (Z3) under Contract (2010-0294) between MDOT and Michigan State University (MSU) will provide for the services of the Pavement Research Center of Excellence at MSU for MDOT fiscal year 2011 to expand the technical core competencies for MDOT pavement research in an effort to develop practical solutions to issues related to pavement performance. The authorization will be in effect from the date of award through September 30, 2011. The authorization amount will be $30,000. The contract will be in effect from the date of award through four years. Source of Funds: 100% State Restricted Trunkline Funds.

Criticality: The services will expand MDOT technical core competencies in critical areas for pavement research in an effort to develop practical solutions to pavement performance issues. The expert researcher will advise MDOT and will conduct critical research to improve the quality and performance of pavements. Purpose/Business Case: To provide for the services of the Pavement Performance Research Center of Excellence for MDOT fiscal year 2011. Benefit: The center will represent MDOT at state forums related to transportation issues and will interact with MDOT project engineers and staff on issues related to pavement performance. This interaction will allow MSU to continue to transfer technology to optimize the service life of the transportation system. * Denotes a non-standard contract/amendment______9/14/10 Page 34 Funding Source: 100% State Restricted Trunkline Funds. Commitment Level: The hourly costs are fixed; however, the number of hours to perform this work has been estimated. Risk Assessment: If this authorization is not approved, the research and technology transfer services may not be provided, and an opportunity could be lost to gain information to support transportation improvements and reduce future costs. Cost Reduction: Actual cost reimbursement. Selection: N/A. New Project Identification: This is not a new project. Zip Code: 48909.

59. HIGHWAYS - IDS University Research Services Authorization (Z4) under Contract (2010-0294) between MDOT and Michigan State University (MSU) will provide for the continued services of the Bridges and Structures Research Center at MSU for MDOT fiscal year 2011 to expand the technical core competencies for MDOT bridge and structure research in an effort to develop practical solutions to real-life transportation issues. The authorization will be in effect from the date of award through September 30, 2011. The authorization amount will be $20,000. The contract will be in effect from the date of award through four years. Source of Funds: 100% State Restricted Trunkline Funds.

Criticality: The services will expand MDOT technical core competencies in critical areas for bridge and structure research in an effort to develop practical solutions to real-life transportation issues. The expert researcher will advise MDOT and will conduct critical research to improve the quality and performance of bridges and structures. Purpose/Business Case: To provide for the services of the Bridges and Structures Research Center for MDOT fiscal year 2011. Benefit: The center will represent MDOT at state forums related to transportation issues and will interact with MDOT project engineers and staff on issues related to bridges and structures. This interaction will allow MSU to continue to transfer technology to optimize the service life of the transportation system. Funding Source: 100% State Restricted Trunkline Funds. Commitment Level: The hourly costs are fixed; however, the number of hours to perform this work has been estimated. Risk Assessment: If this authorization is not approved, the research and technology transfer services may not be provided, and an opportunity could be lost to gain information to support transportation improvements and reduce future costs. Cost Reduction: Actual cost reimbursement. Selection: N/A. New Project Identification: This is not a new project. Zip Code: 48909.

60. HIGHWAYS - IDS University Research Services Contract (2010-0295) between MDOT and Michigan Technological University will provide for research and/or development services to be performed on an as needed/when needed basis. The contract will be in effect from the date of award through four years. The maximum contract amount will be $4,000,000, and the maximum amount of any authorization will be $1,000,000. Authorizations over $25,000 will be submitted to the State Administrative Board for approval. Source of Funds: Federal, Restricted State, or local funds, depending on the particular project authorized.

* Denotes a non-standard contract/amendment______9/14/10 Page 35 61. HIGHWAYS - IDS University Research Services Authorization (Z1) under Contract (2010-0295) between MDOT and Michigan Technological University (MTU) will provide for the continued services of the Transportation Materials Research Center of Excellence at MTU for MDOT fiscal year 2011. The center researches transportation materials to develop practical solutions to real-life transportation issues. The authorization will be in effect from the date of award through September 30, 2011. The authorization amount will be $105,996.41. The contract will be in effect from the date of award through four years. Source of Funds: 100% State Restricted Trunkline Funds.

Criticality: The center’s applied research and technology transfer activities support ongoing improvements to safety and mobility throughout Michigan. The applied research will help MDOT to solve urgent safety issues. Purpose/Business Case: To provide for the continued services of the Transportation Materials Research Center of Excellence at MTU for MDOT fiscal year 2011. Benefit: The center will represent MDOT at state forums related to transportation issues and will interact with MDOT project engineers and staff on issues related to transportation materials. This interaction will allow the university to continue to transfer technology to optimize the service life of the transportation system. Funding Source: 100% State Restricted Trunkline Funds. Commitment Level: The hourly costs are fixed; however, the number of hours to perform this work has been estimated. Risk Assessment: If this authorization is not approved, the research and technology transfer services may not be provided, and an opportunity could be lost to gain information to support transportation improvements and reduce future costs. Cost Reduction: Actual cost reimbursement. Selection: N/A. New Project Identification: This is not a new project. Zip Code: 48909.

62. HIGHWAYS - IDS University Research Services Authorization (Z2) under Contract (2010-0295) between MDOT and Michigan Technological University (MTU) will provide for the continued services of the Center for Structural Durability (CSD) at MTU for MDOT fiscal year 2011. The CSD researches bridge structure durability and develops design process recommendations based on the performance of structures in service. The authorization will be in effect from the date of award through September 30, 2011. The authorization amount will be $48,000.00. The contract will be in effect from the date of award through four years. Source of Funds: 100% State Restricted Trunkline Funds.

Criticality: The CSD’s applied research and technology transfer activities support ongoing improvements to safety and mobility throughout Michigan. The applied research will help MDOT to solve urgent safety issues. Purpose/Business Case: To provide for the continued services of the CSD at MTU for MDOT fiscal year 2011. Benefit: Will allow MTU to continue to perform research and provide recommendations to improve the conditions of aging bridge and highway structural systems. Funding Source: 100% State Restricted Trunkline Funds. Commitment Level: The hourly costs are fixed; however, the number of hours to perform this work has been estimated. Risk Assessment: If this authorization is not approved, the research and technology transfer services may not be provided, and an opportunity could be lost to gain information to support transportation improvements and reduce future costs. Cost Reduction: Actual cost reimbursement. Selection: N/A. New Project Identification: This is not a new project. Zip Code: 48909.

* Denotes a non-standard contract/amendment______9/14/10 Page 36 63. HIGHWAYS - IDS University Research Services Contract (2010-0296) between MDOT and the Regents of the University of Michigan will provide for research and/or development services to be performed on an as needed/when needed basis. The contract will be in effect from the date of award through four years. The maximum contract amount will be $4,000,000, and the maximum amount of any authorization will be $1,000,000. Authorizations over $25,000 will be submitted to the State Administrative Board for approval. Source of Funds: Federal, Restricted State, or local funds, depending on the particular project authorized.

64. HIGHWAYS – IDS University Research Authorization (Z1) under Contract (2010-0296) between MDOT and the Regents of the University of Michigan will provide for an investigation of low-cost, high-impact measures to meet the transportation needs of Michigan’s aging population. Researchers will review literature, perform demographic analysis, survey older adults and family members/caregivers, and provide recommendations on how to increase the safety and mobility of older adults in Michigan. The authorization will be in effect from the date of award through one year. The authorization amount will be $203,104.79. The contract will be in effect from the date of award through four years. Source of Funds: 80% Federal Highway Administration Funds and 20% State Restricted Trunkline Funds.

Criticality: This project addresses the mobility of older adults, an important topic in the Michigan Strategic Highway Safety Plan. Purpose/Business Case: To investigate what MDOT can do to decrease fatalities and serious injuries on Michigan roads by creating programs to meet the needs of the aging population through low-cost, high-impact changes to Michigan’s transportation system. Benefit: Improved mobility and safety for the older adult population. Funding Source: 80% Federal Highway Administration Funds and 20% State Restricted Trunkline Funds. Commitment Level: The hourly costs are fixed; however, the number of hours to perform this work has been estimated. Risk Assessment: If this authorization is not approved, MDOT will not learn about low-cost, high-impact changes that could be implemented to improve safety and mobility for older adults on Michigan roadways. Cost Reduction: Actual cost reimbursement. Selection: Best value. New Project Identification: This is a new research project. Zip Code: 48909.

65. HIGHWAYS – IDS University Research Authorization (Z2) under Contract (2010-0296) between MDOT and the Regents of the University of Michigan will provide for an investigation of the feasibility of using digital imaging to characterize earth materials. Researchers will review literature, perform sedimaging tests, modify and construct sedimaging hardware for aggregate evaluation, and prepare Michigan-specific test methods for aggregate evaluation. The authorization will be in effect from the date of award through one year. The authorization amount will be $129,707.10. The contract will be in effect from the date of award through four years. Source of Funds: 80% Federal Highway Administration Funds and 20% State Restricted Trunkline Funds.

Criticality: This project will help MDOT to determine which new image processing techniques are the most efficient, economical, and accurate for aggregate evaluation. Purpose/Business Case: To investigate new image processing techniques and develop a new procedure for classifying aggregates.

* Denotes a non-standard contract/amendment______9/14/10 Page 37 Benefit: A new procedure for aggregate evaluation could reduce the time, energy, and costs associated with testing soils by sieve analysis. Funding Source: 80% Federal Highway Administration Funds and 20% State Restricted Trunkline Funds. Commitment Level: The hourly costs are fixed; however, the number of hours to perform this work has been estimated. Risk Assessment: If this authorization is not approved, the opportunity could be lost to use new technology that could result in time, energy, and cost savings in the area of aggregate testing. Cost Reduction: Actual cost reimbursement. Selection: Best value. New Project Identification: This is a new research project. Zip Code: 48909.

66. HIGHWAYS - IDS University Research Services Authorization (Z3) under Contract (2010-0296) between MDOT and the Regents of the University of Michigan (U of M) will provide for the continued services of the Concrete Pavement Performance Research Center of Excellence at U of M for MDOT fiscal year 2011. The services will expand the technical core competencies for MDOT concrete pavement research in an effort to develop practical solutions to issues related to pavement performance. The authorization will be in effect from the date of award through September 30, 2011. The authorization amount will be $29,999.83. The contract will be in effect from the date of award through four years. Source of Funds: 100% State Restricted Trunkline Funds.

Criticality: The services will expand MDOT technical core competencies in critical areas for concrete pavement research in an effort to develop practical solutions to real-life transportation issues. The expert researcher will advise MDOT and will conduct critical research into improving the quality and performance of concrete pavements. Purpose/Business Case: To provide for the continued services of the Concrete Pavement Performance Research Center of Excellence for MDOT fiscal year 2011. Benefit: The center will represent MDOT at state forums related to transportation issues and will interact with MDOT project engineers and staff on issues related to pavement performance. This interaction will allow U of M to continue to transfer technology to optimize the service life of the transportation system. Funding Source: 100% State Restricted Trunkline Funds. Commitment Level: The hourly costs are fixed; however, the number of hours to perform this work has been estimated. Risk Assessment: If the authorization is not approved, the quality of research and timeliness of services will be compromised. Cost Reduction: Actual cost reimbursement. New Project Identification: This is not a new project. Zip Code: 48909.

67. HIGHWAYS - IDS University Research Services Authorization (Z4) under Contract (2010-0296) between MDOT and the Regents of the University of Michigan (U of M) will provide for the continued services of the Bridges & Structures Research Center of Excellence at U of M for MDOT fiscal year 2011. The services will expand the technical core competencies for MDOT bridges and structures research in an effort to develop practical solutions to real-life transportation issues. The authorization will be in effect from the date of award through September 30, 2011. The authorization amount will be $32,999.36. The contract will be in effect from the date of award through four years. Source of Funds: 100% State Restricted Trunkline Funds.

* Denotes a non-standard contract/amendment______9/14/10 Page 38 Criticality: The services will expand MDOT technical core competencies in critical areas for bridges and structures research in an effort to develop practical solutions to real-life transportation issues. The expert researcher will advise MDOT and will conduct critical research into improving the quality and performance of bridges and structures. Purpose/Business Case: To provide for the continued services of the Bridges & Structures Research Center of Excellence for MDOT fiscal year 2011. Benefit: The center will represent MDOT at state forums related to transportation issues and will interact with MDOT project engineers and staff on issues related to bridges and structures. This interaction will allow U of M to continue to transfer technology to optimize the service life of the transportation system. Funding Source: 100% State Restricted Trunkline Funds. Commitment Level: The hourly costs are fixed; however, the number of hours to perform this work has been estimated. Risk Assessment: If this authorization is not approved, the research and technology transfer services may not be provided, and an opportunity could be lost to gain information to support transportation improvements and reduce future costs. Cost Reduction: Actual cost reimbursement. Selection: N/A. New Project Identification: This is not a new project. Zip Code: 48909.

68. HIGHWAYS - IDS University Research Services Contract (2010-0297) between MDOT and Western Michigan University will provide for research and/or development services to be performed on an as needed/when needed basis. The contract will be in effect from the date of award through four years. The maximum contract amount will be $4,000,000, and the maximum amount of any authorization will be $1,000,000. Authorizations over $25,000 will be submitted to the State Administrative Board for approval. Source of Funds: Federal, Restricted State, or local funds, depending on the particular project authorized.

69. HIGHWAYS – IDS University Research Services Authorization (Z1) under Contract (2010-0297) between MDOT and Western Michigan University will provide for development of guidelines for implementing pedestrian safety countermeasures. The university will conduct before and after studies and surveys, evaluate national research findings and state of the art practices, and provide recommendations for implementing countermeasures statewide. The authorization will be in effect from the date of award through two years. The authorization amount will be $199,998.86. The contract will be in effect from the date of award through four years. Source of Funds: 80% Federal Highway Administration Funds and 20% State Restricted Trunkline Funds.

Criticality: This research is critical in order to provide guidance for MDOT in new pedestrian safety practices when scoping and designing projects. Purpose/Business Case: This project will review state of the art pedestrian safety practices and develop best practice guidelines for use by MDOT and local agencies. New safety improvements are currently being implemented by other transportation agencies. Analyzing these improvements will allow MDOT to prioritize funding for similar improvements throughout the state. Benefit: This project will provide MDOT with a pedestrian safety guidance document for use in the design process. The document will be shared with local agencies to assist in their design of pedestrian facilities. The countermeasures identified as best practices have the potential to significantly reduce pedestrian, bicycle, and vehicular crashes. Funding Source: 80% Federal Highway Administration Funds and 20% State Restricted Trunkline Funds. Commitment Level: Actual cost reimbursement. Risk Assessment: If this authorization is not approved, pedestrian crashes could increase. If safety treatments are not properly applied to corridors and intersections, motorist delays and accidents could increase.

* Denotes a non-standard contract/amendment______9/14/10 Page 39 Cost Reduction: Actual cost reimbursement. Selection: Best value. New Project Identification: This is a new project. Zip Code: 48909.

70. HIGHWAYS – IDS University Research Services Authorization (Z2) under Contract (2010-0297) between MDOT and Western Michigan University will provide for an analysis of existing practices for prefabricated precast concrete bridge design, construction, and demolition and recommendations for a system suitable for Michigan. The university will document bridge configurations/components currently being implemented, evaluate and select suitable prefabricated bridge systems, and develop recommendations to resolve weak links in structural systems. The authorization will be in effect from the date of award through two years. The authorization amount will be $264,935.62. The contract will be in effect from the date of award through four years. Source of Funds: 80% Federal Highway Administration Funds and 20% State Restricted Trunkline Funds.

Criticality: This research will provide guidance to MDOT on more efficient construction methods for bridges. Purpose/Business Case: This project will analyze bridge configurations/components currently being implemented, evaluate and select suitable prefabricated bridge systems, and develop recommendations to resolve weak links in structural systems. This project should enhance MDOT’s knowledge of and ability to build accelerated bridge construction projects. Benefit: This project will provide MDOT with recommendations on using accelerated bridge construction methods to minimize congestion and save costs. Funding Source: 80% Federal Highway Administration Funds and 20% State Restricted Trunkline Funds. Commitment Level: Actual cost reimbursement. Risk Assessment: If this authorization is not approved, MDOT will lose an opportunity to learn about using accelerated bridge construction methods to minimize congestion and save costs. Cost Reduction: Actual cost reimbursement. Selection: Best value. New Project Identification: This is a new project. Zip Code: 48909.

71. HIGHWAYS - IDS University Research Services Authorization (Z3) under Contract (2010-0297) between MDOT and Western Michigan University (WMU) will provide for the Structural Durability Center of Excellence at WMU to perform research to advance the durability of existing highway infrastructure for MDOT fiscal year 2011. The authorization will be in effect from the date of award through September 30, 2011. The authorization amount will be $19,998.78. The contract will be in effect from the date of award through four years. Source of Funds: 100% State Restricted Trunkline Funds.

Criticality: The Center will assist MDOT in advancing the durability of highway structures through research that encompasses inspection, maintenance, repair/replacement, design, and construction. Expert researchers will advise MDOT and conduct critical research related to structural durability. Purpose/Business Case: To provide for the services of the Structural Durability Center of Excellence for fiscal year 2011. Benefit: The Center will address Michigan's urgent structural durability needs and will provide MDOT with technical assistance on issues that require quick solutions. Funding Source: 100% State Restricted Trunkline Funds. Commitment Level: The hourly costs are fixed; however, the number of hours to perform this work has been estimated. Risk Assessment: If this authorization is not approved, an opportunity to advance the durability of highway structures through applied research may be lost. * Denotes a non-standard contract/amendment______9/14/10 Page 40 Cost Reduction: Actual cost reimbursement. Selection: N/A. New Project Identification: This is not a new project. Zip Code: 49008.

72. HIGHWAYS - IDS University Research Services Contract (2010-0298) between MDOT and Wayne State University will provide for research and/or development services to be performed on an as needed/when needed basis. The contract will be in effect from the date of award through four years. The maximum contract amount will be $4,000,000, and the maximum amount of any authorization will be $1,000,000. Authorizations over $25,000 will be submitted to the State Administrative Board for approval. Source of Funds: Federal, Restricted State, or local funds, depending on the particular project authorized.

73. HIGHWAYS - IDS University Research Services Contract (2010-0299) between MDOT and University of Detroit Mercy will provide for research and/or development services to be performed on an as needed/when needed basis. The contract will be in effect from the date of award through four years. The maximum contract amount will be $4,000,000, and the maximum amount of any authorization will be $1,000,000. Authorizations over $25,000 will be submitted to the State Administrative Board for approval. Source of Funds: Federal, Restricted State, or local funds, depending on the particular project authorized.

74. HIGHWAYS - IDS Consultant Research Services Contract (2010-0317) between MDOT and Michael Baker Jr., Inc., will provide for research and/or development services to be performed on an as needed/when needed basis. The contract will be in effect from the date of award through four years. The maximum contract amount will be $4,000,000, and the maximum amount of any authorization will be $1,000,000. Authorizations over $25,000 will be submitted to the State Administrative Board for approval. Source of Funds: Federal, Restricted State, or local funds, depending on the particular project authorized.

75. HIGHWAYS – IDS Consultant Research Services Authorization (Z1) under Contract (2010-0317) between MDOT and Michael Baker Jr., Inc., will provide for the review and revision of the vehicle overload permit classification process. The consultant will assess the current process, identify areas requiring improvement, develop a software tool for process implementation, and prepare a training session for the process and software. The authorization will be in effect from the date of award through one year. The authorization amount will be $209,405.64. The contract will be in effect from date of award through four years. Source of Funds: 80% Federal Highway Administration Funds and 20% State Restricted Trunkline Funds.

* Denotes a non-standard contract/amendment______9/14/10 Page 41 Criticality: MDOT allows trucks that exceed Michigan’s legal loads to cross bridges if they apply for and are granted permits. More than 30,000 permits have been processed each year since 2002. This research is critical to ensuring that safety is maintained without unduly restricting commerce. Purpose/Business Case: The current process requires the Bridge Operations Unit to classify bridges and the Transport Permits Unit to classify trucks and then compare the results. The software and methodology was last reviewed in 1991. Since then, business process changes in both areas have occurred and a new method of rating called Load and Resistance Factor Rating (LRFR) has been implemented. This project will assess the current process, identify areas requiring improvement, develop a software tool for process implementation and prepare a training session for the process and software. Benefit: The resulting permit process and software will provide MDOT a tool that helps maintain the reliability and safety of the bridge network while meeting National Bridge Inspection Standards, AASHTO and Federal Highway Administration requirements regarding load rating permit vehicles and implementation of the new LRFR design. Funding Source: 80% Federal Highway Administration Funds and 20% State Restricted Trunkline Funds. Commitment Level: The hourly costs are fixed; however, the number of hours to perform this work has been estimated. Risk Assessment: If this authorization is not approved, an analysis of the Overload Permit process will not be performed on changing codes, which could lead to required retrofits to structures in the future. Cost Reduction: Actual cost reimbursement. Selection: Best value. New Project Identification: This is a new project. Zip Code: 48909.

76. HIGHWAY - IDS Engineering Services Authorization (Z1) under Contract (2010-0422) between MDOT and Hardesty & Hanover, LLP, will provide for the inspection of the bascule bridge on U-31 over the Manistee River (Manistee Memorial) in the City of Manistee in the North Region and over the Grand River (Grand Haven) in the City of Grand Haven in the Grand Region (CS 84900 – JN 107235). The work items will include inspection of the structural, mechanical, hydraulic, and electrical components of the movable bridge and the provision of a report. The authorization will be in effect from the date of award through the expiration of contract. The authorization amount will be $249,015.11. The contract term is August 24, 2010, through August 23, 2013. Source of Funds: 80% Federal Highway Administration Funds and 20% State Restricted Trunkline Funds.

Criticality: Detailed mechanical, electrical, hydraulic, and structural inspections of MDOT movable bridges are critical to maintain the bridges in safe operating condition. Purpose/Business Case: To provide for the inspection of the bascule bridge on U-31 over the Manistee River (Manistee Memorial) in the City of Manistee in the North Region and over the Grand River (Grand Haven) in the City of Grand Haven in the Grand Region. The work items include inspection of the structural, mechanical, hydraulic, and electrical components of the movable bridge and the provision of a report. Benefit: Will provide an assessment of the conditions of the mechanical, electrical, and structural components of the bridge. The final deliverable will be a detailed report that will be used to determine needed maintenance for the structure, which will increase the longevity of the bridge and keep it in safe operating condition. Funding Source: 80% Federal Highway Administration Funds and 20% State Restricted Trunkline Funds. Commitment Level: The hourly costs are fixed; however, the number of hours to perform this work has been estimated. Risk Assessment: If the detailed inspections of this moveable bridge are not performed, the structure could be at risk for failure of the mechanical, electrical, hydraulic, and structural systems, which could require closure of the structure and expensive repairs. Periodic in-depth inspections are required to keep the bridge in safe operating condition. Cost Reduction: Costs in professional services contracts are on an actual cost plus fixed fee basis not to exceed the maximum contract amount. Hours are negotiated based on needed service. Selection: Qualifications-based. New Project Identification: This is not a new project. Zip Code: 48909.

* Denotes a non-standard contract/amendment______9/14/10 Page 42 77. HIGHWAYS - IDS Engineering Services Contract (2010-0459) between MDOT and Gould Engineering, Inc., will provide for services for which the consultant is prequalified to be performed on an as needed/when needed basis. The contract will be in effect from the date of award through three years. The maximum contract amount will be $50,000, and the maximum amount of any authorization will be $50,000. Source of Funds: Federal, Restricted State, or local funds, depending on the particular project authorized.

78. HIGHWAYS - IDS Engineering Services Contract (2010-0460) between MDOT and L & B Engineering Consultant will provide for services for which the consultant is prequalified to be performed on an as needed/when needed basis. The contract will be in effect from the date of award through three years. The maximum contract amount will be $50,000, and the maximum amount of any authorization will be $50,000. Source of Funds: Federal, Restricted State, or local funds, depending on the particular project authorized.

79. HIGHWAYS - IDS Engineering Services Contract (2010-0461) between MDOT and Three D Surveying & Development, Inc., will provide for services for which the consultant is prequalified to be performed on an as needed/when needed basis. The contract will be in effect from the date of award through three years. The maximum contract amount will be $50,000, and the maximum amount of any authorization will be $50,000. Source of Funds: Federal, Restricted State, or local funds, depending on the particular project authorized.

80. HIGHWAYS - IDS Engineering Services Contract (2010-0462) between MDOT and Villa Environmental Consultants, Inc., will provide for services for which the consultant is prequalified to be performed on an as needed/when needed basis. The contract will be in effect from the date of award through three years. The maximum contract amount will be $50,000, and the maximum amount of any authorization will be $50,000. Source of Funds: Federal, Restricted State, or local funds, depending on the particular project authorized.

81. HIGHWAYS - IDS Engineering Services Contract (2010-0463) between MDOT and Wightman & Associates, Inc., will provide for services for which the consultant is prequalified to be performed on an as needed/when needed basis. The contract will be in effect from the date of award through three years. The maximum contract amount will be $50,000, and the maximum amount of any authorization will be $50,000. Source of Funds: Federal, Restricted State, or local funds, depending on the particular project authorized.

* Denotes a non-standard contract/amendment______9/14/10 Page 43

82. HIGHWAYS - IDS Engineering Services Contract (2010-0464) between MDOT and Baker and Associates will provide for services for which the consultant is prequalified to be performed on an as needed/when needed basis. The contract will be in effect from the date of award through three years. The maximum contract amount will be $4,000,000, and the maximum amount of any authorization will be $1,000,000. Authorizations over $25,000 will be submitted to the State Administrative Board for approval. Source of Funds: Federal, Restricted State, or local funds, depending on the particular project authorized.

83. HIGHWAYS - IDS Engineering Services Contract (2010-0465) between MDOT and Birchler Arroyo Associates, Inc., will provide for services for which the consultant is prequalified to be performed on an as needed/when needed basis. The contract will be in effect from the date of award through three years. The maximum contract amount will be $50,000, and the maximum amount of any authorization will be $50,000. Source of Funds: Federal, Restricted State, or local funds, depending on the particular project authorized.

84. *HIGHWAYS – Design Services Contract (2010-0485) between MDOT and T. Y. Lin International Great Lakes, Inc., will provide for design services to be performed for the replacement of bearings on the Zilwaukee Bridge, on I-75 over the Saginaw River, M-13, and Grand Trunk Western Railroad (GTW) in the City of Zilwaukee and in Buena Vista and Zilwaukee Townships, Saginaw County (CS 73112 – JN 105176D). The work will include the design for the replacement of the pot bearings at the expansion joints and on the piers for the northbound, southbound, and ramp structures; plans for deck overlays on each structure and for a partial railing replacement; and maintaining traffic plans. The contract will be in effect from the date of award through December 31, 2011. The contract amount will be $1,504,660.57. Source of Funds: 90% Federal Highway Administration Funds and 10% State Restricted Trunkline Funds.

Criticality: The bearings on the Zilwaukee Bridge are reaching the limits of their design lives. This contract will provide for the design services required to replace the bearings. Purpose/Business Case: To provide for design services to be performed for the replacement of bearings on the Zilwaukee Bridge. Benefit: Will help to maintain the bridge in good working condition. Funding Source: 90% Federal Highway Administration Funds and 10% State Restricted Trunkline Funds. Commitment Level: The hourly costs are fixed; however, the number of hours to perform this work has been estimated. Risk Assessment: Failure to replace the bearings could lead to structural damage to the bridge. Cost Reduction: Costs in professional services contracts are on an actual cost plus fixed fee basis not to exceed the maximum contract amount. Hours are negotiated based on needed service. Selection: Qualifications-based. New Project Identification: This is not a new project. Zip Code: 48604.

* Denotes a non-standard contract/amendment______9/14/10 Page 44

85. HIGHWAYS - Participation for Local Agency Construction Contract Contract (2010-5591) between MDOT and the Branch County Road Commission will provide for funding participation in the construction of the following improvements utilizing State Transportation Economic Development Category D Funds, which are allocated for Local Agency projects (State Restricted TED Funds), Federal Highway Administration Equity Bonus Funds designated by Act 51 of the Public Acts of 1951 as Transportation Economic Development Category D Funds for Local Agency projects (FHWA Category D Funds), and Federal Highway Administration Surface Transportation Program – Rural Funds, designated for Local Agency projects (FHWA STP – Rural Funds):

Crack seal and single course chip seal work along Snow Prairie Road from West Barnhart Road northerly to Francisco Road, along Francisco Road from Snow Prairie Road westerly to Adolph Road, and along Adolph Road from Francisco Road northerly to the south village limits of Union City.

Estimated Funds:

State Restricted TED Funds $55,221 FHWA Category D Funds $17,200 FHWA STP – Rural Funds $18,105 Total Funds $90,526

EDDF 12555 – 110372 Local Force Account

Criticality: Public Act 231 provides for the use of TED Funds to enhance the ability of the state to compete in an international economy, to serve as a catalyst for economic growth of the state, and to improve the quality of life in the state. These funds are being used in conjunction with this project to provide an incentive to create or retain jobs, relieve urban congestion, and create an all-season roadway network that supports commercial activities. Purpose/Business Case: To financially assist and invest in roadway improvements related to economic development and the betterment of the state all-season road network under Public Act 231. Benefit: Will support economic growth, reduce traffic congestion, and upgrade the state all-season road system. Funding Source: Federal Equity Bonus Funds, Federal Surface Transportation Program Funds and State TED Funds. Commitment Level: 39% federal; 61% state. Risk Assessment: Without this contract, development opportunities could be lost. Cost Reduction: Local agency to perform work with its own forces at a cost determined to be at least 6 percent less than if it were contracted. Selection: N/A. New Project Identification: Improvement of existing roadways. Zip Code: 49094.

* Denotes a non-standard contract/amendment______9/14/10 Page 45

86. HIGHWAYS - Participation for Local Agency Construction Contract Contract (2010-5600) between MDOT and the Cass County Road Commission will provide for funding participation in the construction of the following improvements utilizing State Transportation Economic Development Category D Funds, which are allocated for Local Agency projects (State Restricted TED Funds), Federal Highway Administration Equity Bonus Funds designated by Act 51 of the Public Acts of 1951 as Transportation Economic Development Category D Funds for Local Agency projects (FHWA Category D Funds), and Federal Highway Administration Surface Transportation Program – Rural Funds, designated for Local Agency projects (FHWA STP – Rural Funds):

Hot mix asphalt resurfacing work along Marcellus Highway from approximately 0.09 miles east of Hatch Street to Glenwood Road including shoulders and pavement marking work.

Estimated Funds:

State Restricted TED Funds $ 7,932 FHWA Category D Funds $15,866 FHWA STP – Rural Funds $15,866 Total Funds $39,664

EDDF 14555 - 105954 Local Force Account

Criticality: Public Act 231 provides for the use of TED Funds to enhance the ability of the state to compete in an international economy, to serve as a catalyst for economic growth of the state, and to improve the quality of life in the state. These funds are being used in conjunction with this project to provide an incentive to create or retain jobs, relieve urban congestion, and create an all-season roadway network that supports commercial activities. Purpose/Business Case: To financially assist and invest in roadway improvements related to economic development and the betterment of the state all-season road network under Public Act 231. Benefit: Will support economic growth, reduce traffic congestion, and upgrade the state all-season road system. Funding Source: Federal Equity Bonus Funds, Federal Surface Transportation Program Funds, and State TED Funds. Commitment Level: 80% federal; 20% state. Risk Assessment: Without this contract, development opportunities could be lost. Cost Reduction: Local agency to perform work with its own forces at a cost determined to be at least 6 percent less than if it were contracted. Selection: N/A. New Project Identification: Improvement of existing roadway. Zip Code: 49047.

87. HIGHWAYS - Participation for Local Agency Construction Contract Contract (2010-5601) between MDOT and the Cass County Road Commission will provide for funding participation in the construction of the following improvements utilizing State Transportation Economic Development Category D Funds, which are allocated for Local Agency projects (State Restricted TED Funds), Federal Highway Administration Equity Bonus Funds designated by Act 51 of the Public Acts of 1951 as Transportation Economic Development Category D Funds for Local Agency projects (FHWA Category D Funds), and Federal Highway Administration Surface Transportation Program – Rural Funds, designated for Local Agency projects (FHWA STP – Rural Funds):

* Denotes a non-standard contract/amendment______9/14/10 Page 46

Hot mix asphalt resurfacing work along Calvin Center Road from Jeffries Street to approximately 0.14 miles south of Bonnie Street, including shoulder and pavement marking work.

Estimated Funds:

State Restricted TED Funds $31,603 FHWA Category D Funds $15,801 FHWA STP – Rural Funds $31,603 Total Funds $79,007

EDDF 14555 - 105957 Local Force Account

Criticality: Public Act 231 provides for the use of TED Funds to enhance the ability of the state to compete in an international economy, to serve as a catalyst for economic growth of the state, and to improve the quality of life in the state. These funds are being used in conjunction with this project to provide an incentive to create or retain jobs, relieve urban congestion, and create an all-season roadway network that supports commercial activities. Purpose/Business Case: To financially assist and invest in roadway improvements related to economic development and the betterment of the state all-season road network under Public Act 231. Benefit: Will support economic growth, reduce traffic congestion, and upgrade the state all-season road system. Funding Source: Federal Equity Bonus Funds, Federal Surface Transportation Program Funds, and State TED Funds. Commitment Level: 60% federal; 40% state. Risk Assessment: Without this contract, development opportunities could be lost. Cost Reduction: Local agency to perform work with its own forces at a cost determined to be at least 6 percent less than if it were contracted. Selection: N/A. New Project Identification: Improvement of existing roadway. Zip Code: 49095.

88. HIGHWAYS - Participation for Local Agency Construction Contract Contract (2010-5607) between MDOT and the Cass County Road Commission will provide for participation in the following improvements:

Hot mix asphalt resurfacing, shoulder, and pavement marking work along Lakeshore Drive from Huntly Road to Barron Lake Road.

Estimated Funds:

Federal Highway Administration Funds $70,058 Cass County Road Commission Funds $15,535 Total Funds $85,593

STU 14400 - 110033 Local Force Account

Criticality: Rehabilitation of the roadway is necessary to prevent failure of the pavement structure. Purpose/Business Case: To preserve and extend the life of the roadway. Benefit: Improved and extended life of the roadway. * Denotes a non-standard contract/amendment______9/14/10 Page 47 Funding Source: Federal Surface Transportation Program Funds and Cass County Road Commission Funds. Commitment Level: 80% federal, 20% Cass County Road Commission. Risk Assessment: Without this contract, the County cannot receive these federal funds. Cost Reduction: Local agency to perform work with its own forces at a cost determined to be at least 6 percent less than if it were contracted. Selection: N/A. New Project Identification: Improvement of existing roadway. Zip Code: 49120.

89. HIGHWAYS - Participation for Local Agency Contract Contract (2010-5619) between MDOT and the City of Grand Rapids will provide for participation in the following improvements:

Traffic Operations Center work, including general operation, communications, and equipment management work.

Estimated Funds:

Federal Highway Administration Funds $308,000 City of Grand Rapids Funds $ 77,000 Total Funds $385,000

CM 41900 – 108253; Kent County No Letting

Criticality: The funding, in conjunction with this project, is being used to improve air quality by minimizing traffic congestion and delay. Delaying this project would adversely affect Michigan’s goal to meet and maintain air quality standards and to limit emissions of hazardous and toxic pollutants. Purpose/Business Case: To provide for the operation and maintenance of a traffic system management center. Benefit: Continued maintenance of system whose intent is to maximize efficiency of traffic operations and increase safety. Funding Source: Federal Congestion Mitigation and Air Quality Funds and City of Grand Rapids Funds. Commitment Level: $308,000 not to exceed 80% federal and the balance by the City of Grand Rapids. Risk Assessment: Without this contract, the City cannot receive these federal funds. Cost Reduction: Local agency to perform the work. Estimate reviewed to make sure costs are reasonable and valid. Selection: N/A. New Project Identification: Continued maintenance of existing traffic management system. Zip Code: 49503.

* Denotes a non-standard contract/amendment______9/14/10 Page 48

90. HIGHWAYS - Participation for Local Agency Construction Contract Contract (2010-5621) between MDOT and the Bay County Road Commission will provide for participation in the following improvements:

Single course chip seal work along Hampton Road from the east city limits of Essexville easterly to Knight Road, along Knight Road from Highway M-25 northerly to Hampton Road, and along Hotchkiss Road from Highway M-84 easterly to Euclid Avenue.

Estimated Funds:

Federal Highway Administration Funds $65,865 Bay County Road Commission Funds $14,606 Total Funds $80,471

STUL 09408 - 110959 Local Force Account

Criticality: Rehabilitation of the roadway is necessary to prevent failure of the pavement structure. Purpose/Business Case: To preserve and extend the life of the roadway. Benefit: Improved and extended life of the roadway. Funding Source: Federal Surface Transportation Program Funds and Bay County Road Commission Funds. Commitment Level: $75,200 not to exceed 81.85% federal and the balance by Bay County Road Commission. Risk Assessment: Without this contract, the County cannot receive these federal funds. Cost Reduction: Local agency to perform work with its own forces at a cost determined to be at least 6 percent less than if it were contracted. Selection: N/A. New Project Identification: Improvement of existing roadway. Zip Code: 48732.

91. HIGHWAYS - Participation for Local Agency Construction Contract Contract (2010-5622) between MDOT and the Bay County Road Commission will provide for participation in the following improvements:

Single course chip seal work along Mackinaw Road from Highway US-10 southerly to Salzburg Road, along Mackinaw Road from Hotchkiss Road southerly approximately 0.25 miles, along Bangor Road from Wilder Road northerly to Wheeler Road, and along Two Mile Road from Salzburg Road northerly to Fisher Road.

Estimated Funds:

Federal Highway Administration Funds $71,950 Bay County Road Commission Funds $16,768 Total Funds $88,718

STUL 09408 - 110958 Local Force Account

* Denotes a non-standard contract/amendment______9/14/10 Page 49

Criticality: Rehabilitation of the roadway is necessary to prevent failure of the pavement structure. Purpose/Business Case: To preserve and extend the life of the roadway. Benefit: Improved and extended life of the roadway. Funding Source: Federal Surface Transportation Program Funds and Bay County Road Commission Funds. Commitment Level: $71,950 not to exceed 81.85% federal and the balance by Bay County Road Commission. Risk Assessment: Without this contract, the County cannot receive these federal funds. Cost Reduction: Local agency to perform work with its own forces at a cost determined to be at least 6 percent less than if it were contracted. Selection: N/A. New Project Identification: Improvement of existing roadway. Zip Code: 48706.

92. HIGHWAYS - Participation for Local Agency Construction Contract Contract (2010-5624) between MDOT and the Dickinson County Road Commission will provide for participation in the following improvements utilizing Federal American Recovery and Reinvestment Act of 2009 (ARRA) Funds and Federal Surface Transportation Program (STP) Funds:

Culvert replacement work along Leeman Road from Sawyer Lake Road (Highway M-95) easterly to Lerza Road.

Estimated Funds:

Federal Highway Administration Funds (ARRA) $32,785.70 Federal Highway Administration Funds (STP) $27,308.89 Dickinson County Road Commission Funds $19,775.41 Total Funds $79,870.00

ARL 22043 - 110691 Local Force Account

Criticality: This work is intended to prevent flooding of the project area. Purpose/Business Case: To improve drainage. Benefit: Improved drainage. Funding Source: Federal ARRA Funds, Federal STP Funds, and Dickinson County Road Commission Funds. Commitment Level: 100% federal up to $32,785.70 and the balance 58% federal and 32% Dickinson County Road Commission. Risk Assessment: Without this contract, the County cannot receive these federal funds. Cost Reduction: Local agency to perform work with its own forces at a cost determined to be at least 6 percent less than if it were contracted. Selection: N/A. New Project Identification: Improvement of existing roadway. Zip Code: 49881.

* Denotes a non-standard contract/amendment______9/14/10 Page 50

93. HIGHWAYS - Participation for Local Agency Construction Contract Contract (2010-5626) between MDOT and the Genesee County Road Commission will provide for participation in the following improvements:

Advance warning flasher installation, permanent signing, and permanent pavement marking work at the intersection of Wilson Road and Henderson Road.

Estimated Funds:

Federal Highway Administration Funds $23,234 Genesee County Road Commission Funds $ 5,809 Total Funds $29,043

STH 25609 - 108604 Local Force Account

Criticality: This work is intended to improve visibility and improve safety at the intersection. Purpose/Business Case: To improve intersection visibility and safety. Benefit: Improved visibility and increased safety. Funding Source: Federal Surface Transportation Program Funds and Genesee County Road Commission Funds. Commitment Level: 80% federal, 20% Genesee County Road Commission. Risk Assessment: Without this contract, the County cannot receive these federal funds. Cost Reduction: Local agency to perform work with its own forces at a cost determined to be at least 6 percent less than if it were contracted. Selection: N/A. New Project Identification: Improvement of existing intersection. Zip Code: 48420.

94. HIGHWAYS - Railroad Grade Crossing Improvement Contract Contract (2010-5629) between MDOT and the City of Wyoming will provide for funding participation in the following improvements under the State Rail Grade Crossing Program:

Traffic pre-signal installation and interconnection work at the at-grade crossing of the tracks of the Grand Elk Railroad with 54th Street (National Inventory #545-751-Y) in the City of Wyoming, Michigan.

Estimated Funds:

Federal Highway Administration Funds $ 7,691 State Restricted Trunkline Funds $ 5,128 Total Funds $12,819

STR 41089 – 110443; Kent County Railroad Force Account

Criticality: This project will enhance motorist safety at the highway-railroad grade crossing. Purpose/Business Case: To financially assist and invest in highway-railroad grade crossing improvements to enhance motorist safety. Benefit: Increased motorist safety at a highway-railroad grade crossing.

* Denotes a non-standard contract/amendment______9/14/10 Page 51 Funding Source: Federal Surface Transportation Program Rail Highway Safety Funds and State Rail Grade Crossing Funds. Commitment Level: 60% federal, 40% state. Risk Assessment: Loss of opportunity to enhance motorist safety at highway-railroad grade crossing. Cost Reduction: Local agency to perform the work at a cost determined to be at least 6 percent less than if it were contracted. Selection: N/A. New Project Identification: Improvement of existing highway-railroad grade crossing. Zip Code: 49548.

95. PASSENGER TRANSPORTATION - Section 5309 Program Project Authorization Revision (Z19/R3) under Master Agreement (2002-0006) between MDOT and the Altran Transit Authority (Authority), in Alger County, will extend the authorization term by six months to provide sufficient time for the Authority to complete the purchase and installation of a wash bay in the recently purchased additional storage facility (one day retroactive). Since the wash bay will be housed in an area currently used for storage, the project was delayed while the Authority waited for federal approval to purchase a building for storage. Now that the purchase has been approved, the Authority is requesting additional time to bid the wash bay project and have it installed. The original authorization provides state matching funds for the Authority’s FY 2005 Federal Section 5309 Capital Discretionary Program grant. The revised authorization term will be March 14, 2006, through March 13, 2011. The authorization amount remains unchanged at $75,000. The term of the master agreement is from October 1, 2001, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2002 through FY 2006. Source of Funds: Federal Transit Administration (FTA) Funds - $60,000; FY 2002 State Restricted Comprehensive Transportation Funds - $15,000.

Criticality: Approval of this revision will allow the Authority to bid the project and install the wash bay, which is needed to maintain the vehicles. Purpose/Business Case: To extend the authorization term by six months to provide sufficient time for the Authority to complete the purchase and installation of the wash bay. Benefit: Increased public safety through improved transportation infrastructure. Funding Source: FTA Funds - $60,000; FY 2002 State Restricted Comprehensive Transportation Funds - $15,000. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this revision is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is not a new project. Zip Code: 49862.

* Denotes a non-standard contract/amendment______9/14/10 Page 52

96. PASSENGER TRANSPORTATION - Section 5307/CMAQ Program Project Authorization Revision (Z35/R1) under Master Agreement (2002-0066) between MDOT and the Mass Transportation Authority (MTA) will increase state funds by $57,272 and reduce toll credits by $45,817. Toll credits were mistakenly provided as match for a portion of the hydrogen fueling station construction project, and it has now been determined that the entire project is eligible for state matching funds. The original authorization provides state matching funds for MTA’s FY 2006 Federal Section 5307 Urbanized Area Formula Capital Program and Congestion Mitigation and Air Quality (CMAQ) Improvement Program grant. The authorization term remains unchanged, September 17, 2009, through September 16, 2012. The revised authorization amount will be $911,357. The revised toll credit amount will be zero dollars. The term of the master agreement is from October 1, 2001, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2002 through FY 2006. Source of Funds: Federal Transit Administration (FTA) Funds - $729,085; FY 2006 and FY 2010 State Restricted Comprehensive Transportation Funds - $182,272.

Criticality: Approval of this revision will allow MTA to complete the construction of the hydrogen fueling station. Purpose/Business Case: To provide for an increase in state matching funds and to reduce the toll credit amount. Benefit: Increased public safety through improved transportation infrastructure. Funding Source: FTA Funds - $729,085; FY 2006 and FY 2010 State Restricted Comprehensive Transportation Funds - $182,272. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this revision is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is not a new project. Zip Code: 48503.

97. *PASSENGER TRANSPORTATION - Increase Services and Amount Amendatory Contract (2004-0279/A6) between MDOT and the Detroit/Wayne County Port Authority (DWCPA) will add state funding of $57,000 for additional terminal architectural and engineering (A&E) services. Additional A&E services are needed as additional construction funding was secured for site and terminal enhancements. The original contract provides FY 2003 Federal High Priority Project funds and Federal American Recovery and Reinvestment Act of 2009 (ARRA) funds for terminal, wharf, and dock A&E services, project management, permit fees, and testing for a terminal facility and dock in downtown Detroit. The facility, dock and wharf will be designed to harbor cruise ships and other transient vessels visiting Detroit. The contract term remains unchanged, July 7, 2004, through December 31, 2010. The revised contract amount will be $2,862,158. Source of Funds: Federal Highway Administration (FHWA) Funds - $1,596,562; FHWA Funds/ARRA - $809,455; FY 2002 and FY 2010 State Restricted Comprehensive Transportation Funds - $456,141.

Criticality: This amendment will allow the DWCPA to complete the A&E services needed for the terminal and site enhancements. Purpose/Business Case: To add state funding for additional terminal A&E services. Benefit: Increased public safety through improved transportation infrastructure. Funding Source: FHWA Funds - $1,596,562; FHWA Funds/ARRA - $809,455; FY 2002 and FY 2010 State Restricted Comprehensive Transportation Funds - $456,141. Commitment Level: Contract amount is based on cost estimates.

* Denotes a non-standard contract/amendment______9/14/10 Page 53 Risk Assessment: If this amendment is not approved, the DWCPA may not be able to complete the terminal construction. Cost Reduction: The project was bid by the DWCPA and the vendor was selected according to Brooks Act requirements. Selection: N/A for amendment and for original contract. New Project Identification: This is not a new project. Zip Code: 48214.

98.- PASSENGER TRANSPORTATION – Section 5311 Operating Assistance Program 165. The following project authorization revisions issued under master agreements between MDOT and the following agencies will provide additional FY 2010 Federal Section 5311 Nonurbanized Area Formula Operating Program grant funds for operating assistance for nonurban public transportation services. The total amount added to the project authorizations will be $6,441,177. The project authorization for Bay Area Transportation Authority includes $775,093 of FY 2007 Federal Section 5311 Nonurbanized Area Formula Operating Program grant funds. Payment to the local agencies will not exceed 16 percent of their final eligible expenses. The funding is 100 percent Federal Transit Administration (FTA) funds; state funds are not required. The authorization term remains unchanged, October 1, 2009, through September 30, 2010. The terms of the master agreements are from October 1, 2006, until the last obligations between the parties have been fulfilled. The master agreements include authorizations for program years FY 2007 through FY 2011. Source of Funds: FTA Funds - $12,781,877.

Project Auth. Revised Revised Revision Agency Amount Total 98. 2007-0156/Z12/R1 Adrian, City of $ 36,090 $ 72,660 99. 2007-0157/Z23/R1 Allegan County Board of Commissioners $ 97,457 $196,208 100. 2007-0158/Z9/R1 Alma, City of $ 40,014 $ 80,560 101. 2007-0159/Z22/R1 Altran Transit Authority $ 57,580 $115,925 102. 2007-0162/Z24/R1 Ann Arbor Transportation Authority $ 76,396 $153,808 103. 2007-0163/Z12/R1 Antrim County Board of Commissioners $ 57,832 $116,432 104. 2007-0168/Z13/R1 Barry County Board of Commissioners $ 68,759 $138,432 105. 2007-0170/Z17/R1 Bay Area Transportation Authority $204,523 $979,616 106. 2007-0171/Z31/R1 Bay Metropolitan Transportation Authority $ 46,127 $ 92,867 107. 2007-0171/Z32/R1 Bay Metropolitan Transportation Authority $260,619 $524,701 108. 2007-0173/Z11/R1 Belding, City of $ 19,599 $ 39,459 109. 2007-0175/Z17/R1 Benzie Transportation Authority $143,050 $288,000 110. 2007-0176/Z13/R1 Berrien County Board of Commissioners $108,201 $217,840 111. 2007-0177/Z9/R1 Big Rapids, City of $ 33,712 $ 67,872 112. 2007-0178/Z21/R1 Blue Water Area Transportation $224,494 $451,972 Commission 113. 2007-0179/Z18/R1 Branch Area Transit Authority $119,010 $239,602 114. 2007-0181/Z6/R1 Buchanan, City of $ 12,512 $ 25,191 115. 2007-0183/Z12/R1 Cadillac/Wexford Transit Authority $153,798 $309,640 116. 2007-0185/Z27/R1 Capital Area Transportation Authority $117,322 $236,203 117. 2007-0187/Z14/R1 Caro Transit Authority $ 66,265 $133,411 118. 2007-0188/Z10/R1 Cass County Transportation Authority $ 48,192 $ 97,024 119. 2007-0190/Z11/R1 Charlevoix County Board of $100,496 $202,328 Commissioners

* Denotes a non-standard contract/amendment______9/14/10 Page 54

120. 2007-0191/Z15/R1 Cheboygan County Board of $ 67,057 $135,006 Commissioners 121. 2007-0193/Z16/R1 Clare County Board of Commissioners $117,138 $235,832 122. 2007-0195/Z13/R1 Clinton Area Transit System $109,758 $220,975 123. 2007-0198/Z15/R1 Crawford County Transportation Authority $124,112 $249,873 124. 2007-0199/Z14/R1 Delta Area Transit Authority $ 82,770 $166,640 125. 2007-0203/Z7/R1 Dowagiac, City of $ 17,331 $ 34,892 126. 2007-0204/Z21/R1 Eastern Upper Peninsula Transportation $ 38,825 $ 78,167 Authority 127. 2007-0205/Z13/R1 Eaton County Transportation Authority $192,720 $388,000 128. 2007-0211/Z14/R1 Gladwin County Board of Commissioners $119,004 $239,588 129. 2007-0212/Z10/R1 Gogebic County Transit $ 37,609 $ 75,718 130. 2007-0216/Z19/R1 Greater Lapeer Transportation Authority $150,568 $303,136 131. 2007-0217/Z8/R1 Greenville, City of $ 25,371 $ 51,080 132. 2007-0219/Z7/R1 Hancock, City of $ 14,440 $ 29,072 133. 2007-0223/Z9/R1 Hillsdale, City of $ 31,678 $ 63,776 134. 2007-0226/Z12/R1 Houghton, City of $ 32,886 $ 66,208 135. 2007-0227/Z12/R1 Huron County Board of Commissioners $127,211 $256,112 136. 2007-0229/Z11/R1 Interurban Transit Authority $ 52,992 $106,688 137. 2007-0231/Z19/R1 Ionia, City of $ 41,013 $ 82,571 138. 2007-0233/Z9/R1 Iosco County Board of Commissioners $ 33,255 $ 66,952 139. 2007-0235/Z16/R1 Isabella County Transportation $361,677 $728,160 Commission 140. 2007-0236/Z21/R1 Jackson Transportation Authority, City of $ 52,734 $106,168 141. 2007-0239/Z19/R1 Kalamazoo, City of $189,430 $381,377 142. 2007-0240/Z11/R1 Kalkaska Public Transit Authority $ 56,028 $112,800 143. 2007-0243/Z19/R1 Lenawee County Board of Commissioners $ 40,283 $ 81,102 144. 2007-0246/Z10/R1 Ludington Mass Transportation Authority $116,617 $234,784 145. 2007-0250/Z10/R1 Manistee County Board of Commissioners $118,731 $239,040 146. 2007-0252/Z19/R1 Marquette County Transit Authority $216,698 $436,275 147. 2007-0253/Z12/R1 Marshall, City of $ 29,852 $ 60,101 148. 2007-0254/Z28/R1 Mass Transportation Authority $160,820 $323,776 149. 2007-0257/Z15/R1 Mecosta Osceola Transit Authority $ 42,120 $ 84,800 150. 2007-0259/Z8/R1 Midland, City of $154,570 $311,194 151. 2007-0260/Z10/R1 Midland County Board of Commissioners $141,256 $284,389 152. 2007-0273/Z11/R1 Ogemaw County Board of Commissioners $ 46,921 $ 94,464 153. 2007-0274/Z12/R1 Ontonagon County Board of $ 52,600 $105,899 Commissioners 154. 2007-0276/Z11/R1 Otsego County Board of Commissioners $124,753 $251,163 155. 2007-0282/Z13/R1 Roscommon County Transportation $150,282 $302,561 Authority 156. 2007-0284/Z19/R1 Saginaw Transit Authority Regional Services $ 23,114 $ 46,535 157. 2007-0285/Z10/R1 Sanilac County Board of Commissioners $ 90,701 $182,608 158. 2007-0287/Z12/R1 Sault Ste. Marie, City of $ 31,630 $ 63,680 159. 2007-0288/Z12/R1 Schoolcraft County Board of $ 48,025 $ 96,688 Commissioners 160. 2007-0290/Z21/R1 Shiawassee Area Transportation Agency $ 77,080 $155,184 * Denotes a non-standard contract/amendment______9/14/10 Page 55 161. 2007-0292/Z24/R1 St. Joseph County Transportation Authority $109,768 $220,995 162. 2007-0294/Z34/R1 Suburban Mobility Authority for Regional $ 86,496 $174,141 Transportation 163. 2007-0295/Z20/R1 Thunder Bay Transportation Authority $192,924 $388,412 164. 2007-0299/Z13/R1 Van Buren County Board of $105,226 $211,850 Commissioners 165. 2007-0302/Z19/R1 Yates Township $123,572 $248,787

Criticality: Approval of these revisions is critical to securing additional federal operating assistance for nonurban transit services. Purpose/Business Case: To provide additional FY 2010 Federal Section 5311 Operating Assistance funds for nonurban public transportation services for FY 2010. Benefit: The federal funds will help to support the levels of public transportation provided in these nonurban areas. Funding Source: FTA Funds - $12,781,877. Commitment Level: Authorization amounts are based on cost estimates. Risk Assessment: The risk of not approving these revisions is the loss of federal funds. Cost Reduction: Authorization amounts are determined by the FTA and are not negotiated. Selection: N/A for revisions and for original authorizations. New Project Identification: These are not new projects. Zip Code: 48909.

166. PASSENGER TRANSPORTATION - Section 5309 Program Project Authorization Revision (Z11/R1) under Master Agreement (2007-0157) between MDOT and the Allegan County Board of Commissioners will increase the federal funds by $64,128, will increase the state matching funds by $16,032, will add $39,276 in insurance funds, and will extend the authorization term by one year to provide sufficient time for the County to complete the purchase of additional vehicles. The original authorization provides state matching funds for the County’s FY 2008 Federal Section 5309 Capital Discretionary Program grant. The revised authorization term will be September 25, 2008, through September 24, 2012. The revised authorization amount will be $243,876. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $163,680; FY 2002, FY 2008, and FY 2010 State Restricted Comprehensive Transportation Funds - $40,920; Insurance Proceeds - $39,276.

Criticality: Approval of this authorization revision will allow the County to purchase transit vehicles to replace vehicles that have reached the ends of their useful lives to ensure efficient transportation service and passenger safety. Purpose/Business Case: To increase federal funds by $64,128 and state matching funds by $16,032, to add $39,276 in insurance funds, and to extend the authorization term by one year to provide sufficient time for the County to complete the purchase of additional vehicles. Benefit: Increased public safety through improved transportation infrastructure. Funding Source: FTA Funds - $163,680; FY 2002, FY 2008, and FY 2010 State Restricted Comprehensive Transportation Funds - $40,920; Insurance Proceeds - $39,276. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this revision is the loss of federal funds. Cost Reduction: Grant amount is determined by FTA and is not negotiated. Selection: N/A. New Project Identification: This is not a new project. Zip Code: 49010.

* Denotes a non-standard contract/amendment______9/14/10 Page 56 167.- PASSENGER TRANSPORTATION - Section 5309 Program 174. The following project authorizations issued under master agreements between MDOT and the following eight agencies will provide state matching funds for the FY 2009 and FY 2010 Federal Section 5309 Capital Discretionary Program grant for various capital projects. The authorizations will be in effect from the effective date of the federal grant through three years. The authorizations may be retroactive due to the effective dates matching the federal grant effective date. This is one of the retroactive contract categories exempted by the State Administrative Board (SAB) on October 6, 1992, from the SAB retroactive contract policy. The total amount of the authorizations will be $4,377,964. Toll credits in the amount of $24,160 will be allocated as match for equipment and service vehicle projects. The terms of the master agreements are from October 1, 2006, until the last obligations between the parties have been fulfilled. The master agreements include authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $3,526,531; FY 2002, FY 2003, and FY 2010 State Restricted Comprehensive Transportation Funds - $851,433.

Project Authorization Agency Description Total 167. 2007-0157/Z24 Allegan County Board Six replacement buses $401,560 of Commissioners Two replacement vans $ 77,190 168. 2007-0168/Z10 Barry County Board One replacement van $ 28,400 of Commissioners Communications equipment $ 42,400 Facility repair $ 70,500 169. 2007-0175/Z18 Benzie Transportation Facility construction $375,000 Authority Facility renovation $812,500 Maintenance equipment $ 50,000 170. 2007-0183/Z14 Cadillac/Wexford Three replacement buses $375,000 Transit Authority 171. 2007-0205/Z10 Eaton County Four replacement buses $324,654 Transportation Authority Facility renovation $925,346 172. 2007-0231/Z17 Ionia, City of Facility improvements $125,000 173. 2007-0252/Z20 Marquette County Construction of a $375,000 Transit Authority Downtown Transfer Center 174. 2007-0282/Z10 Roscommon County Four replacement buses $395,414 Transportation Authority

Criticality: Approval of these authorizations will allow the agencies to replace vehicles that have reached the ends of their useful lives, construct a downtown bus transfer center, renovate transit facilities, and purchase related equipment. The items are needed to ensure efficient transportation service and passenger safety. Purpose/Business Case: To provide state matching funds for the FY 2009 and 2010 Federal Section 5309 Capital Discretionary Program grant. Benefit: Increased public safety through improved transportation infrastructure. Funding Source: FTA Funds - $3,526,531; FY 2002, FY 2003, and FY 2010 State Restricted Comprehensive Transportation Funds - $851,433. Commitment Level: Authorization amounts are based on cost estimates. Risk Assessment: The risk of not approving these authorizations is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: These are new projects. Zip Code: 48909.

* Denotes a non-standard contract/amendment______9/14/10 Page 57

175.- PASSENGER TRANSPORTATION - Section 5309 Program 177. The following project authorization revisions issued under master agreements between MDOT and the following three agencies will provide additional federal and state matching funds for facility construction and vehicle replacement projects. The revisions will also extend the authorization terms for the Altran Transit Authority and the City of Hancock by one year and for the Marquette County Transit Authority by two years to provide sufficient time for the agencies to complete the projects, which have now expanded in scope. One of the agencies in the original grant decided not to pursue a facility construction project, allowing the reallocation of those funds to provide for an increase in replacement vehicles for Altran Transit Authority from one to up to three, to provide for additional facility construction for the City of Hancock, and to provide for construction of a transfer center for the Marquette County Transit Authority. The original authorizations provide state matching funds for the FY 2008 Federal Section 5309 Capital Discretionary Program grant. The revised authorization terms for the Altran Transit Authority and the City of Hancock will be September 25, 2008, through September 24, 2012. The revised authorization term for the Marquette County Transit Authority will be September 25, 2008, through September 24, 2013. The total revised amount of the authorizations will be $2,107,434. The toll credit amount remains unchanged at $7,160. The terms of the master agreements are from October 1, 2006, until the last obligations between the parties have been fulfilled. The master agreements include authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $1,693,107; FY 2003, FY 2008, FY 2009, and FY 2010 State Restricted Comprehensive Transportation Funds - $414, 327.

Project Auth. Revision Agency Description Total 175. 2007-0159/Z9/R3 Altran Transit Authority Up to three replacement $199,000 buses w/lifts Wash bay $ 50,000 Storage building $132,206 A&E Services $ 6,050 Paving of parking lot $ 61,744 176. 2007-0219/Z3/R3 City of Hancock Up to one replacement $ 50,000 bus w/lift Administrative vehicle $ 19,594 Facility construction and $707,604 and A&E services Furniture $ 8,000 Power washer $ 4,000 Hoist $ 31,250 Tools $ 3,000 177. 2007-0252/Z10/R2 Marquette County Transit One replacement van w/lift $ 40,171 Authority Four replacement buses $419,815 w/lifts Construction of $375,000 Downtown Transfer Center

* Denotes a non-standard contract/amendment______9/14/10 Page 58 Criticality: Approval of these authorization revisions will allow the transit agencies to construct a bus transfer center, construct a facility, and procure vehicles that are needed to replace buses that have reached the ends of their useful lives. Items are needed to ensure efficient transportation service and passenger safety. Purpose/Business Case: To provide for additional state and federal funds and a reallocation of funding for capital items, to increase the scopes of the projects for the three agencies, and to increase the authorization terms for the Altran Transit Authority and the City of Hancock by one year and for the Marquette County Transit Authority by two years to provide sufficient time for the agencies to complete the expanded projects. Benefit: Increased public safety through improved transportation infrastructure. Funding Source: FTA Funds - $1,693,107; FY 2003, FY 2008, FY 2009, and FY 2010 State Restricted Comprehensive Transportation Funds - $414, 327. Commitment Level: Authorization amounts are based on cost estimates. Risk Assessment: The risk of not approving these revisions is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: These are not new projects. Zip Code: 48909.

178.- PASSENGER TRANSPORTATION - Section 5311 Capital Program 183. The following project authorizations issued under master agreements between MDOT and the following six agencies will provide state matching funds for capital items under the FY 2010 Federal Section 5311 Nonurbanized Area Formula Capital Program (Small Cities 5,000 - 50,000, Surface Transportation, and Economic Development Fund - Category D Programs) grant. The authorizations will be in effect from the effective date of the federal grant through three years. The authorizations may be retroactive due to the effective dates matching the federal grant effective date. This is one of the retroactive contract categories exempted by the State Administrative Board (SAB) on October 6, 1992, from the SAB retroactive contract policy. The total amount of the authorizations will be $1,065,591. Toll credits in the amount of $31,601 will be allocated as match for service vehicles and office and communication equipment. The terms of the master agreements are from October 1, 2006, until the last obligations between the parties have been fulfilled. The master agreements include authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $884,073; FY 2003 and FY 2010 State Restricted Comprehensive Transportation Funds - $181,518.

Project Authorization Agency Description Total 178. 2007-0159/Z19 Altran Transit Authority Dispatch upgrade $ 31,250 Copier $ 37,500 Paving, fencing, $ 6,250 door opener, signs, door poles, wash area 179. 2007-0195/Z11 Clinton Area Transit System Facility construction $234,375 Fencing and security $ 10,000 equipment Office facility equipment $ 4,000 180. 2007-0227/Z9 Huron County Board of Paving of parking lot $ 62,500 Commissioners 181. 2007-0250/Z11 Manistee County Board of One replacement trolley $325,000 Commissioners Replacement of service $ 30,253 vehicle

* Denotes a non-standard contract/amendment______9/14/10 Page 59

182. 2007-0252/Z16 Marquette County Transit Facility construction $100,000 Authority Service vehicle $ 80,000 183. 2007-0290/Z18 Shiawassee Area Facility addition (canopy) $105,400 Transportation Agency One gas replacement bus $ 31,250

Criticality: Approval of these authorizations will allow the transit agencies to fund facility construction and improvement projects, purchase equipment, and procure vehicles that are needed to replace vehicles that have reached the ends of their useful lives. Items are needed to ensure efficient transportation service and passenger safety. Purpose/Business Case: To provide state matching funds for the FY 2010 Federal Section 5311 Nonurbanized Area Formula Capital Program grant for six agencies for the purchase of capital items. Benefit: Increased public safety through improved transportation infrastructure. Funding Source: FTA Funds - $884,073; FY 2010 State Restricted Comprehensive Transportation Funds - $181,518. Commitment Level: Authorization amounts are based on cost estimates. Risk Assessment: The risk of not awarding these authorizations is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: These are new projects. Zip Code: 48909.

184.- PASSENGER TRANSPORTATION - Section 5310 Program 201. The following project authorizations issued under master agreements between MDOT and the following 18 agencies will provide state matching funds for the FY 2010 Federal Section 5310 Elderly and Persons with Disabilities Program grant for the purchase of replacement transportation vehicles and administrative vehicles. The authorizations will be in effect from the effective date of the federal grant through three years. The authorizations may be retroactive due to the effective dates matching the federal grant effective date. This is one of the retroactive contract categories exempted by the State Administrative Board (SAB) on October 6, 1992, from the SAB retroactive contract policy. The total amount of the authorizations will be $1,153,425. The terms of the master agreements are from October 1, 2006, until the last obligations between the parties have been fulfilled. The master agreements include authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $922,740; FY 2010 State Restricted Comprehensive Transportation Funds - $230,685.

Project Authorization Agency Description Total 184. 2007-0160/Z2 American Red Cross One replacement automobile $ 25,250 Serving Muskegon, Oceana, and Newaygo Counties 185. 2007-0161/Z3 American Red Cross of One expansion utility vehicle $ 30,300 Grand Rapids Two replacement automobiles $ 55,550 186. 2007-0166/Z1 Baraga/Houghton/ Two replacement vans $ 47,470 Keweenaw Community Action Agency 187. 2007-0182/Z2 Region 3B Area Agency One replacement van $ 30,300 on Aging

* Denotes a non-standard contract/amendment______9/14/10 Page 60

188. 2007-0196/Z2 Community Action Agency Two replacement vans $ 41,410 of South Central Michigan, Inc. 189. 2007-0197/Z2 Community Inclusive One replacement bus $ 72,165 Recreation, Inc. w/lift 190. 2007-0220/Z7 Handicappers Information Three replacement minivans $133,320 Council & Patient w/lifts Locker, Inc. 191. 2007-0232/Z3 Ionia County Commission One replacement van $ 25,250 on Aging 192. 2007-0242/Z2 Lapeer Team Work, Inc. Two replacement vans $ 54,540 193. 2007-0267/Z5 Newaygo County Three replacement vans w/lifts $121,200 Commission on Aging 194. 2007-0270/Z4 Northfield’s Human Two replacement vans w/lifts $ 68,680 Services 195. 2007-0272/Z4 Oceana County Council One expansion bus w/lift $ 66,570 on Aging 196. 2007-0283/Z2 Saginaw County One replacement van w/lift $ 40,400 Commission on Aging One replacement automobile $ 20,200 197. 2007-0289/Z2 Senior Neighbors One replacement bus $ 74,555 w/lift 198. 2007-0293/Z2 St. Mary’s of Michigan One expansion van $ 25,250 Guardian Angel Respite & Adult Day Services 199. 2007-0296/Z2 Trico Opportunities, Inc. Three replacement vans $ 60,600 200. 2007-0298/Z10 Upper Peninsula One replacement bus $ 61,925 Community Services, Inc. w/lift 201. 2007-0301/Z6 Western-Washtenaw Area One replacement bus $ 98,490 Value Express w/lift

Criticality: Approval of these authorizations will allow the transit agencies to purchase vehicles to replace vehicles that have reached the ends of their useful lives. The replacement vehicles are needed to ensure passenger safety. Purpose/Business Case: To provide state matching funds for the FY 2010 Federal Section 5310 Elderly and Persons with Disabilities Program grant for the purchase of transportation and administrative vehicles for 18 public and private nonprofit organizations. Benefit: Increased public safety through improved transportation infrastructure. Funding Source: FTA Funds - $922,740; FY 2002 and FY 2010 State Restricted Comprehensive Transportation Funds - $230,685. Commitment Level: Authorization amounts are based on cost estimates. Risk Assessment: The risk of not approving these authorizations is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: These are new projects. Zip Code: 48909.

* Denotes a non-standard contract/amendment______9/14/10 Page 61 202. PASSENGER TRANSPORTATION - Section 5304 Program Project Authorization (Z25) under Master Agreement (2007-0162) between MDOT and the Ann Arbor Transportation Authority (AATA) will provide federal funds and local matching funds under the FY 2009 Federal Section 5304 State Planning and Research Program for technical analysis, project development, and operational planning for the Washtenaw-Livingston Line (WALLY) Commuter Rail Project. The authorization will be in effect from the date of award of the federal grant through three years. The authorization may be retroactive due to the effective date matching the federal grant effective date. This is one of the retroactive contract categories exempted by the State Administrative Board (SAB) on October 6, 1992, from the SAB retroactive contract policy. The authorization amount will be $60,000. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $48,000; AATA Funds - $12,000.

Criticality: Approval of this authorization will allow the transit authority to assist in the development and operational planning of the WALLY Commuter Rail Project. Purpose/Business Case: To provide federal funds and local matching funds under the FY 2009 Federal Section 5304 State Planning and Research Program for technical analysis, project development and operational planning for the WALLY Commuter Rail Project. Benefit: Improved transportation services. Funding Source: FTA Funds - $48,000; AATA Funds - $12,000. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this authorization is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is a new project. Zip Code: 48104.

203. PASSENGER TRANSPORTATION - Section 5309 Program Project Authorization (Z26) under Master Agreement (2007-0162) between MDOT and the Ann Arbor Transportation Authority (AATA) will provide federal funds and state matching funds for AATA's FY 2008 Federal Section 5309 Capital Discretionary Program grant for the renovation of the transit center and bus transfer location in downtown Ann Arbor. The authorization will be in effect from the effective date of the federal grant through three years. The authorization may be retroactive due to the effective date matching the federal grant effective date. This is one of the retroactive contract categories exempted by the State Administrative Board (SAB) on October 6, 1992, from the SAB retroactive contract policy. The authorization amount will be $918,750. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $735,000; FY 2003 State Restricted Comprehensive Transportation Funds - $183,750.

Criticality: Approval of this authorization will allow AATA to complete renovations to its downtown facility to make it safer and more efficient for passengers. Purpose/Business Case: To provide state matching funds for AATA's FY 2008 Federal Section 5309 Capital Discretionary Program grant. Benefit: Increased public safety through improved transportation infrastructure. Funding Source: FTA Funds - $735,000; FY 2003 State Restricted Comprehensive Transportation Funds - $183,750 * Denotes a non-standard contract/amendment______9/14/10 Page 62 Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this authorization is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is a new project. Zip Code: 48104.

204. PASSENGER TRANSPORTATION - Section 5316 Program Project Authorization (Z27) under Master Agreement (2007-0162) between MDOT and the Ann Arbor Transportation Authority (AATA) will provide federal funds and state matching funds for AATA’s FY 2008 and FY 2009 Federal Section 5316 Job Access and Reverse Commute Program grant for operating assistance. The authorization will be in effect from the effective date of the federal grant through three years. The authorization may be retroactive due to the effective date matching the federal grant effective date. This is one of the retroactive contract categories exempted by the State Administrative Board (SAB) on October 6, 1992, from the SAB retroactive contract policy. The authorization amount will be $280,000. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $140,000; FY 2010 State Restricted Comprehensive Transportation Funds - $140,000.

Criticality: Approval of this authorization will allow AATA to continue to provide transportation to work services for low-income individuals in order to spur economic development and job creation/retention. Purpose/Business Case: To provide state matching funds for AATA’s FY 2008 and FY 2009 5316 Job Access and Reverse Commute Program grant. Benefit: Increased public transportation services. Funding Source: FTA Funds - $140,000; FY 2010 State Restricted Comprehensive Transportation Funds - $140,000. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this authorization is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is a new project. Zip Code: 48226.

205.- PASSENGER TRANSPORTATION - Section 5309 Program 210. The following project authorizations issued under master agreements between MDOT and the following six agencies will provide state matching funds for the FY 2008 and FY 2009 Federal Section 5309 Capital Discretionary Program grant for transit facility construction and for the purchase of transit replacement vehicles. The authorizations will be in effect from the dates of award through three years. The total amount of the authorizations will be $2,171,603. The terms of the master agreements are from October 1, 2006, until the last obligations between the parties have been fulfilled. The master agreements include authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $1,737,283; FY 2002 and FY 2010 State Restricted Comprehensive Transportation Funds - $434,320.

* Denotes a non-standard contract/amendment______9/14/10 Page 63

Project Authorization Agency Description Total 205. 2007-0163/Z13 Antrim County Board Two replacement buses $252,094 of Commissioners 206. 2007-0235/Z18 Isabella County Two replacement buses $255,000 Transportation Commission 207. 2007-0240/Z12 Kalkaska Public Transit Four replacement buses $483,186 Authority 208. 2007-0276/Z9 Otsego County Board Three replacement buses $365,441 of Commissioners 209. 2007-0285/Z11 Sanilac County Board Construction of transit $350,000 of Commissioners facility 210. 2007-0292/Z15 St. Joseph County Four replacement buses $425,482 Transportation Authority One replacement van $ 40,400

Criticality: Approval of these authorizations will allow one of the agencies to construct a transit facility and the remaining agencies to replace vehicles that have reached the ends of their useful lives to ensure efficient operations and passenger safety. Purpose/Business Case: To provide state matching funds for the FY 2008 and FY 2009 Federal Section 5309 Capital Discretionary Program grant for facility construction and for the purchase of transit replacement vehicles. Benefit: Increased public safety through improved transportation infrastructure. Funding Source: FTA Funds - $1,737,283; FY 2002 and FY 2010 State Restricted Comprehensive Transportation Funds - $434,320. Commitment Level: Authorization amounts are based on cost estimates. Risk Assessment: The risk of not approving these authorizations is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: These are new projects. Zip Code: 48909.

211.- PASSENGER TRANSPORTATION - Section 5310 Program 217. The following project authorizations issued under master agreements between MDOT and the following seven agencies will provide state matching funds for the FY 2010 Federal Section 5310 Elderly and Persons with Disabilities Program grant for the purchase of replacement transportation vehicles and administrative vehicles. The authorizations will be in effect from the effective date of the federal grant through three years. The authorizations may be retroactive due to the effective dates matching the federal grant effective date. This is one of the retroactive contract categories exempted by the State Administrative Board (SAB) on October 6, 1992, from the SAB retroactive contract policy. The total amount of the authorizations will be $3,998,037. The term of the master agreement for Manistee County Transportation, Inc., is from September 1, 2010, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2010 through FY 2011. The terms of the remaining master agreements are from October 1, 2006, until the last obligations between the parties have been fulfilled. These master agreements include authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $3,198,429; FY 2010 State Restricted Comprehensive Transportation Funds - $799,608.

* Denotes a non-standard contract/amendment______9/14/10 Page 64

Project Authorization Agency Description Total 211. 2007-0164/Z1 Area Community Service One replacement bus $ 69,015 Employment and Training One expansion bus w/lift $131,940 Three replacement vans $133,320 w/lifts 212. 2007-0194/Z4 Clare County Transit Up to one replacement bus $ 46,757 Corporation Three expansion buses $351,850 w/lifts 213. 2007-0225/Z8 Hope Network, Inc. Thirteen replacement vans $262,600 Three replacement buses $196,395 w/lifts One expansion bus w/lift $ 65,465 Two replacement buses $260,750 w/lifts 214. 2007-0228/Z3 Huron Transit Corporation Four replacement buses $603,840 215. 2007-0278/Z12 Pioneer Resources Four replacement vans $181,800 w/lifts Two replacement vans $101,000 Four replacement buses $383,930 w/lifts Two expansion buses w/lifts $134,755 Two replacement buses $306,000 216. 2007-0286/Z4 Sanilac Transportation Two expansion buses w/lifts $272,970 Corporation 217. 2010-0373/Z1 Manistee County Four replacement buses $495,650 Transportation, Inc. w/lifts

Criticality: Approval of these authorizations will allow the transit agencies to purchase vehicles to replace vehicles that have reached the ends of their useful lives. The replacement vehicles are needed to ensure passenger safety. Purpose/Business Case: To provide state matching funds for the purchase of transportation and administrative vehicles for seven public and private nonprofit organizations under the FY 2010 Federal Section 5310 Elderly and Persons with Disabilities Program grant. Benefit: Increased public safety through improved transportation infrastructure. Funding Source: FTA Funds - $3,198,429; FY 2010 State Restricted Comprehensive Transportation Funds - $799,608. Commitment Level: Authorization amounts are based on cost estimates. Risk Assessment: The risk of not approving these authorizations is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: These are new projects. Zip Code: 48909.

* Denotes a non-standard contract/amendment______9/14/10 Page 65 218. PASSENGER TRANSPORTATION - Section 5309 Program Project Authorization Revision (Z2/R1) under Master Agreement (2007-0168) between MDOT and the Barry County Board of Commissioners will renew the authorization and extend the authorization term by approximately 13 months to provide sufficient time for the County to purchase computerized dispatch equipment and software. The additional time is needed because the project will be funded through three separate grants, and purchases were delayed until all funding was in place. The additional time will allow the County to issue a single request for proposal for the most efficient, cost-effective procurement. The original authorization provides state matching funds for the County’s FY 2007 Federal Section 5309 Capital Discretionary Program grant. The revised authorization term will be from July 17, 2007, through July 16, 2010, and from the date of award of this revision through September 30, 2011. The authorization amount remains unchanged at $30,096. The toll credit amount remains unchanged at $6,020. No costs will be incurred between July 16, 2010, and the date of award of this revision. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $30,096.

Criticality: Approval of this revision will allow the County to complete the dispatch equipment and software project to improve efficiency and increase safety. Purpose/Business Case: To renew the authorization and extend the authorization term by approximately 13 months to provide sufficient time for the County to complete the project. Benefit: Increased public safety through improved transportation infrastructure. Funding Source: FTA Funds - $30,096. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this revision is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is not a new project. Zip Code: 49058.

219. PASSENGER TRANSPORTATION - Section 5309 Program Project Authorization Revision (Z7/R1) under Master Agreement (2007-0170) between MDOT and the Bay Area Transportation Authority (BATA) will increase the number of replacement buses to be purchased from two to three, will increase federal funds by $102,129 and state matching funds by $25,533, and will extend the authorization term by one year to provide sufficient time for BATA to complete the additional vehicle purchase. The original authorization provides state matching funds for BATA’s FY 2008 Federal Section 5309 Capital Discretionary Program grant. The revised authorization term will be September 25, 2008, through September 24, 2012. The revised authorization amount will be $617,262. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration Funds - $493,809; FY 2008 and FY 2010 State Restricted Comprehensive Transportation Funds - $123,453.

Criticality: Approval of this authorization will allow BATA to replace an additional transit vehicle that has reached the end of its useful life to ensure efficient transportation service and passenger safety. Purpose/Business Case: To increase federal funds by $102,129 and state matching funds by $25,533, to increase the number of replacement buses from two to three, and to extend the authorization term by one year to provide sufficient time for BATA to complete the additional vehicle purchase. Benefit: Increased public safety through improved transportation infrastructure. * Denotes a non-standard contract/amendment______9/14/10 Page 66 Funding Source: FTA Funds - $493,809; FY 2008 and FY 2010 State Restricted Comprehensive Transportation Funds - $123,453. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this revision is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A for revision and for original authorization. New Project Identification: This is not a new project. Zip Code: 49684.

220. PASSENGER TRANSPORTATION - Section 5316 Program Project Authorization Revision (Z8/R2) under Master Agreement (2007-0170) between MDOT and the Bay Area Transportation Authority (BATA), in Grand Traverse and Leelanau Counties, will extend the authorization term by one year to provide sufficient time for BATA to complete the bus purchase capital project. The project was delayed due to a complete change in management and staff. The original authorization provides state matching funds for BATA's FY 2009 Federal Section 5316 Job Access and Reverse Commute Program grant. The revised authorization term will be October 1, 2008, through September 30, 2011. The authorization amount remains unchanged at $82,200. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $58,500; FY 2009 State Restricted Comprehensive Transportation Funds - $23,700.

Criticality: Approval of this revision will allow BATA to replace a bus that has reached the end of its useful life. Purpose/Business Case: To extend the authorization term by one year to provide sufficient time for BATA to complete the bus purchase. Benefit: Increased public safety through improved transportation infrastructure. Funding Source: FTA Funds - $58,500; FY 2009 State Restricted Comprehensive Transportation Funds - $23,700. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this revision is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is not a new project. Zip Code: 49684.

* Denotes a non-standard contract/amendment______9/14/10 Page 67

221.- PASSENGER TRANSPORTATION - Section 5311 Capital Program 239. The following project authorizations issued under master agreements between MDOT and the following 19 agencies will provide state matching funds for the FY 2010 Federal Section 5311 Nonurbanized Area Formula Capital Program (Small Cities 5,000 - 50,000, Surface Transportation, Economic Development Fund - Category D, and Congestion Mitigation and Air Quality Improvement Programs) grant for the purchase of capital items. The authorizations will be in effect from the effective date of the federal grant through three years. The authorizations may be retroactive due to the effective dates matching the federal grant effective date. This is one of the retroactive contract categories exempted by the State Administrative Board (SAB) on October 6, 1992, from the SAB retroactive contract policy. The total amount of the authorizations will be $1,665,246. Toll credits in the amount of $82,983 will be allocated as match for the purchase of a service vehicle and office, maintenance, and communication equipment. The terms of the master agreements are from October 1, 2006, until the last obligations between the parties have been fulfilled. The master agreements include authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $1,415,180; FY 2010 State Restricted Comprehensive Transportation Funds - $250,066.

Project Authorization Agency Description Total 221. 2007-0170/Z14 Bay Area Transportation Video surveillance $ 30,000 Authority equipment 222. 2007-0175/Z14 Benzie Transportation Authority One gas replacement $ 62,830 bus 223. 2007-0176/Z14 Berrien County Board of One gas minivan $ 50,000 Commissioners Pick-up truck $ 31,000 Copier $ 5,500 One diesel replacement $117,500 bus 224. 2007-0179/Z16 Branch Area Transit Authority One gas replacement $ 55,000 bus 225. 2007-0183/Z9 Cadillac/Wexford Transit Dispatch equipment $ 27,680 Authority

226. 2007-0187/Z15 Caro Transit Authority One gas replacement $ 60,000 bus Mechanics tools and $ 8,000 diagnostic equipment 227. 2007-0193/Z13 Clare County Board of Communication $ 38,000 Commissioners equipment 228. 2007-0199/Z10 Delta Area Transit Authority One diesel replacement $ 68,750 bus 229. 2007-0211/Z11 Gladwin County Board of Facility renovation $ 25,000 Commissioners Diagnostic equipment, $ 8,736 power tools 230. 2007-0216/Z20 Greater Lapeer Transportation Two diesel replacement $175,000 Authority buses * Denotes a non-standard contract/amendment______9/14/10 Page 68 231. 2007-0217/Z5 Greenville, City of One diesel replacement $125,000 bus 232. 2007-0229/Z8 Interurban Transit Authority One gas replacement bus $ 65,000 233. 2007-0235/Z13 Isabella County Transportation AVL System $ 75,000 Commission 234. 2007-0240/Z8 Kalkaska Public Transit Authority Telephone system $ 15,000 Copier $ 10,000 235. 2007-0243/Z20 Lenawee County Board of One gas replacement $ 50,000 Commissioners minivan Two diesel replacement $176,250 buses Bus tires $ 7,000 Portable bus washer $ 1,000 236. 2007-0246/Z8 Ludington Mass Transportation Two gas expansion $ 90,000 Authority minivans Mobile radio units $ 65,000 and GPS Telecommunications $ 20,000 system 237. 2007-0253/Z10 Marshall, City of Radio equipment $ 35,000 238. 2007-0295/Z16 Thunder Bay Transportation AVL system $ 38,000 Authority 239. 2007-0299/Z11 Van Buren County Board of One diesel replacement $130,000 Commissioners bus

Criticality: Approval of these authorizations will allow the transit agencies to fund facility construction and improvement projects, to purchase equipment, and to procure vehicles that are needed to replace vehicles that have reached the ends of their useful lives. Items are needed to ensure efficient transportation service and passenger safety. Purpose/Business Case: To provide state matching funds for the FY 2010 Federal Section 5311 Nonurbanized Area Formula Capital Program grant for the purchase of capital items. Benefit: Increased public safety through improved transportation infrastructure. Funding Source: FTA Funds - $1,415,180; FY 2010 State Restricted Comprehensive Transportation Funds - $250,066. Commitment Level: Authorization amounts are based on cost estimates. Risk Assessment: The risk of not approving these authorizations is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: These are new projects. Zip Code: 48909.

* Denotes a non-standard contract/amendment______9/14/10 Page 69 240. PASSENGER TRANSPORTATION - Section 5304 Program Project Authorization (Z19) under Master Agreement (2007-0170) between MDOT and the Bay Area Transportation Authority (BATA) will provide federal funds and local matching funds under the FY 2009 Federal Section 5304 State Planning and Research Program for the conduct of a transit coordination study in the Grand Traverse area. The authorization will be in effect from the date of award of the federal grant through three years. The authorization may be retroactive due to the effective date matching the federal grant effective date. This is one of the retroactive contract categories exempted by the State Administrative Board (SAB) on October 6, 1992, from the SAB retroactive contract policy. The authorization amount will be $100,000. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $80,000; BATA Funds - $20,000.

Criticality: Approval of this authorization will allow BATA to conduct the transit coordination study in the Grand Traverse area to assist in effective decision making. Purpose/Business Case: To provide federal funds and local matching funds under the FY 2009 Federal Section 5304 State Planning and Research Program for the conduct of a transit coordination study in the Grand Traverse area. Benefit: Improved transportation services. Funding Source: FTA Funds - $80,000; BATA Funds - $20,000. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this authorization is the loss of federal funds. Cost Reduction: Grant amount is determined by FTA and is not negotiated. Selection: N/A. New Project Identification: This is a new project. Zip Code: 49684.

241. PASSENGER TRANSPORTATION - Section 5307 Program Project Authorization (Z26) under Master Agreement (2007-0171) between MDOT and the Bay Metropolitan Transportation Authority will provide state matching funds for the Authority's FY 2010 Federal Section 5307 Urbanized Area Formula Capital Program grant for the purchase of three replacement vans and shop equipment and for facility renovations. The authorization will be in effect from the effective date of the federal grant through three years. The authorization may be retroactive due to the effective date matching the federal grant effective date. This is one of the retroactive contract categories exempted by the State Administrative Board (SAB) on October 6, 1992, from the SAB retroactive contract policy. The authorization amount will be $175,000. Toll credits in the amount of $5,000 will be allocated as match for the shop equipment. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $145,000; FY 2010 State Restricted Comprehensive Transportation Funds - $30,000.

* Denotes a non-standard contract/amendment______9/14/10 Page 70

Criticality: Approval of this authorization will help the Authority to maintain a safe, reliable transit fleet. Purpose/Business Case: To provide state matching funds for the Authority's FY 2010 Federal Section 5307 Urbanized Area Formula Capital Program grant. Benefit: Increased public safety and operational efficiency through improved transportation infrastructure. Funding Source: FTA Funds - $145,000; FY 2010 State Restricted Comprehensive Transportation Funds - $30,000. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this authorization is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is a new project. Zip Code: 49708.

242.- PASSENGER TRANSPORTATION - Section 5309 Program 244. The following project authorizations issued under master agreements between MDOT and the following three agencies will provide state matching funds for the FY 2010 Federal Section 5309 Capital Discretionary Program grant. The authorizations will be in effect from the effective date of the federal grant through three years. The authorizations may be retroactive due to the effective dates matching the federal grant effective date. This is one of the retroactive contract categories exempted by the State Administrative Board (SAB) on October 6, 1992, from the SAB retroactive contract policy. The total authorization amount will be $429,135. Toll credits in the amount of $2,400 will be allocated as match for the purchase of computer equipment and a bus washer. The terms of the master agreements are from October 1, 2006, until the last obligations between the parties have been fulfilled. The master agreements include authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $345,708; FY 2002 and FY 2010 State Restricted Comprehensive Transportation Funds - $83,427.

Project Authorization Agency Description Total 242. 2007-0173/Z8 Belding, City of Computer equipment $ 4,000 Bus washer $ 8,000 One replacement bus $ 63,750 243. 2007-0177/Z10 Big Rapids, City of Two replacement buses $243,036 244. 2007-0260/Z7 Midland County Board Two replacement buses $110,349 of Commissioners

Criticality: Approval of these authorizations will allow the agencies to replace vehicles that have reached the ends of their useful lives and to purchase related equipment. Purpose/Business Case: To provide state matching funds for the FY 2010 Federal Section 5309 Capital Discretionary Program grant. Benefit: Increased public safety through improved transportation infrastructure. Funding Source: FTA Funds - $345,708; FY 2002 and FY 2010 State Restricted Comprehensive Transportation Funds - $83,427. Commitment Level: Authorization amounts are based on cost estimates. Risk Assessment: The risk of not approving these authorizations is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated.

* Denotes a non-standard contract/amendment______9/14/10 Page 71 Selection: N/A. New Project Identification: These are new projects. Zip Code: 48909.

245.- PASSENGER TRANSPORTATION - Section 5309 Program 255. The following project authorizations issued under master agreements between MDOT and the following 11 agencies will provide state matching funds for the FY 2008 and FY 2009 Federal Section 5309 Capital Discretionary Program grant for the purchase of transit replacement vehicles. The authorizations will be in effect from the dates of award through three years. The total amount of the authorizations will be $1,122,440. The terms of the master agreements are from October 1, 2006, until the last obligations between the parties have been fulfilled. The master agreements include authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $897,952; FY 2002 and FY 2010 State Restricted Comprehensive Transportation Funds - $224,488.

Project Authorizations Agency Description Total 245. 2007-0173/Z12 Belding, City of One replacement bus $ 69,476 246. 2007-0198/Z12 Crawford County Two replacement buses $244,644 Transportation Authority 247. 2007-0199/Z15 Delta Area Transit One replacement bus $ 65,470 Authority 248. 2007-0204/Z23 Eastern Upper Peninsula One replacement bus $ 68,740 Transportation Authority 249. 2007-0217/Z9 Greenville, City of One replacement bus $ 74,700 250. 2007-0226/Z9 Houghton, City of One replacement bus $108,549 251. 2007-0252/Z21 Marquette County Transit One replacement bus $134,419 Authority 252. 2007-0273/Z9 Ogemaw County Board Two replacement buses $119,582 of Commissioners 253. 2007-0287/Z13 Sault Ste. Marie, City of One replacement bus $ 73,491 254. 2007-0290/Z24 Shiawassee Area Up to one replacement $ 40,620 Transportation Agency bus 255. 2007-0295/Z23 Thunder Bay Transportation Up to two replacement $122,749 Authority buses

Criticality: Approval of these authorizations will allow the agencies to replace vehicles that have reached the ends of their useful lives to ensure efficient operations and passenger safety. Purpose/Business Case: To provide state matching funds for the FY 2008 and FY 2009 Federal Section 5309 Capital Discretionary Program grant for the purchase of transit replacement vehicles. Benefit: Increased public safety through improved transportation infrastructure. Funding Source: FTA Funds - $897,952; FY 2002 and FY 2010 State Restricted Comprehensive Transportation Funds - $224,488. Commitment Level: Authorization amounts are based on cost estimates. Risk Assessment: The risk of not approving these authorizations is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: These are new projects. Zip Code: 48909.

* Denotes a non-standard contract/amendment______9/14/10 Page 72 256. PASSENGER TRANSPORTATION - Section 5307 Program Project Authorization (Z28) under Master Agreement (2007-0185) between MDOT and the Capital Area Transportation Authority (CATA), which provides service in Ingham County, will provide state matching funds for CATA's FY 2010 Federal Section 5307 Urbanized Area Formula Capital Program grant for the purchase of replacement buses and vans, surveillance equipment, shop equipment, automatic data processing software and hardware, bus shelters, signage, and mobile fare collection equipment and for preventive maintenance, pedestrian access, bus rehabilitation, storage facility construction, intermodal terminal improvements, associated capital maintenance items, and planning activities. The authorization will be in effect from the effective date of the federal grant through three years. The authorization may be retroactive due to the effective date matching the federal grant effective date. This is one of the retroactive contract categories exempted by the State Administrative Board (SAB) on October 6, 1992, from the SAB retroactive contract policy. The authorization amount will be $6,433,180. Toll credits in the amount of $344,385 will be allocated as match for all line items except for the transit vehicle purchases and the rehabilitation and facility construction improvement line items. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $5,490,929; FY 2010 State Restricted Comprehensive Transportation Funds - $942,251.

Criticality: This authorization will provide for transportation infrastructure improvements that will allow CATA to continue to provide safe, reliable public transportation services. Purpose/Business Case: To provide state matching funds for CATA's FY 2010 Federal Section 5307 Urbanized Area Formula Capital Program grant. Benefit: Increased public safety through improved transportation infrastructure. Funding Source: FTA Funds - $5,490,929; FY 2010 State Restricted Comprehensive Transportation Funds - $942,251. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this authorization is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is a new project. Zip Code: 48910.

257. PASSENGER TRANSPORTATION - Section 5307 Program Project Authorization (Z29) under Master Agreement (2007-0185) between MDOT and the Capital Area Transportation Authority (CATA), which provides service in Ingham County, will provide state matching funds in the form of toll credits for CATA's FY 2010 Federal Section 5307 Urbanized Area Formula Capital Program and Congestion Mitigation and Air Quality (CMAQ) Improvement Program grant for an Ozone Action Public Education program. The authorization will be in effect from the effective date of the federal grant through three years. The authorization may be retroactive due to the effective date matching the federal grant effective date. This is one of the retroactive contract categories exempted by the State Administrative Board (SAB) on October 6, 1992, from the SAB retroactive contract policy. The authorization amount will be $186,100. Toll credits in the amount of $20,000 will be allocated as match. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $186,100. * Denotes a non-standard contract/amendment______9/14/10 Page 73

Criticality: Approval of this authorization will allow CATA to continue with programs that will encourage commute alternatives and raise public awareness about ground level ozone concentrations and how to generate cleaner air. Purpose/Business Case: To provide state matching funds in the form of toll credits for CATA's FY 2010 Federal Section 5307 Urbanized Area Formula Capital Program and Congestion Mitigation and Air Quality Improvement Program grant. Benefit: Increased public awareness of commute alternatives and clean air issues. Funding Source: FTA Funds - $186,100. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this authorization is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is a new project. Zip Code: 48910.

258. PASSENGER TRANSPORTATION - Section 5309 Program Project Authorization (Z30) under Master Agreement (2007-0185) between MDOT and the Capital Area Transportation Authority (CATA), which provides service in Ingham County, will provide federal funds and state matching funds for CATA's FY 2010 Federal Section 5309 Capital Discretionary Program grant for the purchase of replacement buses and for bus rehabilitation. The authorization will be in effect from the effective date of the federal grant through three years. The authorization may be retroactive due to the effective date matching the federal grant effective date. This is one of the retroactive contract categories exempted by the State Administrative Board (SAB) on October 6, 1992, from the SAB retroactive contract policy. The authorization amount will be $625,000. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $500,000; FY 2010 State Restricted Comprehensive Transportation Funds - $125,000.

Criticality: Approval of this authorization will allow CATA to replace vehicles that have exceeded their useful lives and to rehabilitate buses to extend their useful lives to improve safety and efficiency. Purpose/Business Case: To provide state matching funds for CATA's FY 2010 Federal Section 5309 Capital Discretionary Program grant. Benefit: Increased public safety through improved transportation infrastructure. Funding Source: FTA Funds - $500,000; FY 2010 State Restricted Comprehensive Transportation Funds - $125,000. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this authorization is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is a new project. Zip Code: 48910.

* Denotes a non-standard contract/amendment______9/14/10 Page 74 259. PASSENGER TRANSPORTATION - Intercity Capital Program Project Authorization (Z31) under Master Agreement (2007-0185) between MDOT and the Capital Area Transportation Authority (CATA), which provides service in Ingham County, will provide 100 percent state funding under the FY 2010 Intercity Capital program for station renovations and safety improvements at the East Lansing Transportation Center. The authorization will be in effect from September 14, 2010, through September 13, 2012. The authorization amount will be $67,422. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: FY 2010 State Restricted Comprehensive Transportation Funds - $67,422.

Criticality: This authorization will improve safety and prevent further damage to the facility. Purpose/Business Case: To provide 100 percent state funding under the Intercity Capital Program for the design, construction, and installation of renovations and safety improvements at the East Lansing Transportation Center. Benefit: Will promote public safety and prevent deterioration of the East Lansing Transportation Center. Funding Source: FY 2010 State Restricted Comprehensive Transportation Funds - $67,422. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this authorization is that public health and safety may be jeopardized, the Department’s exposure to actionable liability will increase, and deterioration of the facility will continue. Cost Reduction: Amount is determined by MDOT based on cost estimates and is not negotiated. Selection: N/A. New Project Identification: This is a new project. Zip Code: 48910.

260. PASSENGER TRANSPORTATION - Section 5307 Program Project Authorization (Z33) under Master Agreement (2007-0185) between MDOT and the Capital Area Transportation Authority (CATA), which provides service in Ingham County, will provide federal funds and state matching funds for CATA's FY 2010 Federal Section 5307 Urbanized Area Formula Capital Program and Congestion Mitigation and Air Quality (CMAQ) Improvement Program grant for the purchase of a hybrid fuel system bus. The authorization will be in effect from the effective date of the federal grant through three years. The authorization may be retroactive due to the effective date matching the federal grant effective date. This is one of the retroactive contract categories exempted by the State Administrative Board (SAB) on October 6, 1992, from the SAB retroactive contract policy. The authorization amount will be $212,000. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $169,600; FY 2010 State Restricted Comprehensive Transportation Funds - $42,400.

Criticality: Approval of this authorization will allow CATA to replace a bus that has reached the end of its useful life with a hybrid bus that will help to ensure passenger safety and improve air quality. Purpose/Business Case: To provide state matching funds for CATA's FY 2010 Federal Section 5307 Urbanized Area Formula Capital Program and CMAQ Improvement Program grant. Benefit: Improved efficiency through reduced energy consumption and emissions. Funding Source: FTA Funds - $169,600; FY 2010 State Restricted Comprehensive Transportation Funds - $42,400. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this authorization is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated.

* Denotes a non-standard contract/amendment______9/14/10 Page 75 Selection: N/A. New Project Identification: This is a new project. Zip Code: 48910.

261. PASSENGER TRANSPORTATION - Section 5309 Program Project Authorization Revision (Z4/R1) under Master Agreement (2007-0190) between MDOT and the Charlevoix County Board of Commissioners will increase the number of buses to be purchased from up to one to up to five, will increase federal funding by $218,930 and state matching funds by $54,733, and will extend the authorization term by one year to provide sufficient time for the County to complete the expanded project. The original authorization provides state matching funds for the County’s FY 2008 Federal Section 5309 Capital Discretionary Program grant. The revised authorization term will be September 25, 2008, through September 24, 2012. The revised authorization amount will be $350,458. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration Funds - $280,366; FY 2008 and FY 2010 State Restricted Comprehensive Transportation Funds - $70,092.

Criticality: Approval of this authorization revision will allow the County to replace transit vehicles that have reached the ends of the useful lives to ensure efficient transportation service and passenger safety. Purpose/Business Case: To increase the number of buses to be purchased from up to one to up to five, to increase federal funding by $218,930 and state matching funds by $54,733, and to extend the authorization term by one year to provide sufficient time for the County to complete the expanded project. Benefit: Increased public safety through improved transportation infrastructure. Funding Source: FTA Funds - $280,366; FY 2008 and FY 2010 State Restricted Comprehensive Transportation Funds - $70,092. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this revision is the loss of federal funds. Cost Reduction: Grant amount is determined by FTA and is not negotiated. Selection: N/A. New Project Identification: This is not a new project. Zip Code: 49712.

262. PASSENGER TRANSPORTATION - Section 5310 Program Project Authorization (Z5) under Master Agreement (2007-0194) between MDOT and Clare County Transit Corporation (CCTC) will provide state matching funds for the FY 2002 Federal Section 5310 Elderly and Persons with Disabilities Program grant for the purchase of up to one vehicle. The authorization will be in effect from the date of award through three years. The authorization amount will be $37,430. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $29,944; FY 2002 and FY 2010 State Restricted Comprehensive Transportation Funds - $7,486.

Criticality: Approval of this authorization will allow CCTC to purchase a vehicle to replace a vehicle that has reached the end of its useful life. The replacement vehicle is needed to ensure passenger safety. Purpose/Business Case: To provide state matching funds for the FY 2002 Federal Section 5310 Elderly and Persons with Disabilities Program grant for the purchase of up to one vehicle. Benefit: Increased public safety through improved transportation infrastructure. Funding Source: FTA Funds - $29,944; FY 2002 and FY 2010 State Restricted Comprehensive Transportation Funds - $7,486. Commitment Level: Authorization amount is based on cost estimates. * Denotes a non-standard contract/amendment______9/14/10 Page 76 Risk Assessment: The risk of not approving this authorization is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is a new project. Zip Code: 48625.

263. PASSENGER TRANSPORTATION - Section 5310 Program Project Authorization (Z6) under Master Agreement (2007-0194) between MDOT and Clare County Transit Corporation (CCTC) will provide state matching funds for the FY 2003 Federal Section 5310 Elderly and Persons with Disabilities Program grant for the purchase of up to two vehicles. The authorization will be in effect from the date of award through three years. The authorization amount will be $143,975. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $115,180; FY 2003 and FY 2010 State Restricted Comprehensive Transportation Funds - $28,795.

Criticality: Approval of this authorization will allow CCTC to purchase up to two vehicles to replace vehicles that have reached the ends of their useful lives. The replacement vehicles are needed to ensure passenger safety. Purpose/Business Case: To provide state matching funds for the FY 2003 Federal Section 5310 Elderly and Persons with Disabilities Program grant for the purchase of up to two vehicles. Benefit: Increased public safety through improved transportation infrastructure. Funding Source: FTA Funds - $115,180; FY 2003 and FY 2010 State Restricted Comprehensive Transportation Funds - $28,795. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this authorization is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is a new project. Zip Code: 48625.

264. PASSENGER TRANSPORTATION - Section 5316 Program Project Authorization Revision (Z10/R1) under Master Agreement (2007-0195) between MDOT and the Clinton Area Transit System (CATS) will extend the authorization term by six months to provide sufficient time for CATS to complete the automatic vehicle locator (AVL) system project. The project was delayed because CATS discovered that the current server is not adequate to manage the AVL/Mobile Data Terminals software that is supported by the dispatch software. As a result, CATS is requesting additional time to upgrade the server. The original authorization provides state matching funds for CATS’ FY 2008 Federal Section 5316 Job Access and Reverse Commute Program grant. The revised authorization term will be December 1, 2009, through March 30, 2011. The authorization amount remains unchanged at $45,000. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $36,000; FY 2008 State Restricted Comprehensive Transportation Funds - $9,000.

Criticality: Approval of this revision is critical to avoiding delays in implementing the AVL system to maintain efficient operation of transit vehicles. Purpose/Business Case: To extend the authorization term by six months to provide sufficient time for CATS to complete the AVL system project. Benefit: Increased public safety through improved transportation infrastructure. Funding Source: FTA Funds - $36,000; FY 2008 State Restricted Comprehensive Transportation Funds - $9,000. * Denotes a non-standard contract/amendment______9/14/10 Page 77 Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this revision is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is not a new project. Zip Code: 48879.

265. PASSENGER TRANSPORTATION - Section 5309 Program Project Authorization Revision (Z17/R1) under Master Agreement (2007-0201) between MDOT and the City of Detroit, Department of Transportation (DDOT), will increase federal funding by $245,000, will increase state funding by $61,250, and will increase the number of buses to be leased or purchased from up to 14 to up to 15. The revision is being requested because DDOT is amending its FY 2009 federal grant to include funding from its FY 2008 Federal Section 5309 Capital Discretionary Program grant. The original authorization provides state matching funds for DDOT’s FY 2009 Federal Section 5309 Capital Discretionary Program grant. The authorization term remains unchanged, September 25, 2009, through September 24, 2012. The revised authorization amount will be $13,735,655. The toll credit amount remains unchanged at $465,576. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $11,454,100; FY 2003, FY 2009 and FY 2010 State Restricted Comprehensive Transportation Funds - $2,281,555.

Criticality: Approval of this authorization will allow DDOT to purchase replacement vehicles that will make the fleet safer and more efficient. Purpose/Business Case: To increase federal funds by $245,000, increase state matching funds by $61,250, and increase the number of buses to be leased or purchased from up to 14 to up to 15. Benefit: Increased public safety through improved transportation infrastructure. Funding Source: FTA Funds - $11,454,100; FY 2003, FY 2009 and FY 2010 State Restricted Comprehensive Transportation Funds - $2,281,555. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this revision is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A for revision and for original authorization. New Project Identification: This is not a new project. Zip Code: 48207.

* Denotes a non-standard contract/amendment______9/14/10 Page 78 266. PASSENGER TRANSPORTATION - Section 5317 Program Project Authorization Revision (Z20/R1) under Master Agreement (2007-0201) between MDOT and the City of Detroit, Department of Transportation (DDOT), will increase federal funding by $648,595 and will increase the toll credit amount by $110,782 as the state match for the mobility management line item for DDOT’s FY 2010 Federal Section 5317 New Freedom Program grant. DDOT has amended its FY 2008 and FY 2009 federal grant to add its FY 2010 funding. The authorization will be in effect from the effective date of the federal grant through three years. The authorization may be retroactive due to the effective date matching the federal grant effective date. This is one of the retroactive contract categories exempted by the State Administrative Board (SAB) on October 6, 1992, from the SAB retroactive contract policy. The revised authorization amount will be $2,235,875. The revised toll credit amount will be $249,911. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $2,093,583; FY 2009 State Restricted Comprehensive Transportation Funds - $142,292.

Criticality: Approval of this revision will allow DDOT to provide New Freedom services to remove transportation barriers for people with disabilities. Purpose/Business Case: To increase federal funds by $648,595 and to increase the toll credit amount by $111,782 as the state match for the mobility management line item. Benefit: Increased public transportation services. Funding Source: FTA Funds - $2,093,583; FY 2009 State Restricted Comprehensive Transportation Funds - $142,292. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this revision is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A for revision and for original authorization. New Project Identification: This is not a new project. Zip Code: 48207.

267. PASSENGER TRANSPORTATION - Section 5307 Program Project Authorization (Z24) under Master Agreement (2007-0201) between MDOT and the City of Detroit, Department of Transportation (DDOT), will provide state matching funds for DDOT’s FY 2010 Federal Section 5307 Urbanized Area Formula Capital Program grant for lease payments on 121 buses, for preventive maintenance, for the rehabilitation/renovation of an administrative facility, for the purchase of miscellaneous support equipment, computer equipment, support vehicles, and bus shelters, and for general planning and engineering. The authorization will be in effect from the effective date of the federal grant through three years. The authorization may be retroactive due to the effective date matching the federal grant effective date. This is one of the retroactive contract categories exempted by the State Administrative Board (SAB) on October 6, 1992, from the SAB retroactive contract policy. The authorization amount will be $21,551,975. Toll credits in the amount of $2,781,045 will be allocated as match for all line items except the lease payments for 121 buses and the rehabilitation/renovation of the administrative facility. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $20,022,625; FY 2010 State Restricted Comprehensive Transportation Funds - $1,529,350.

* Denotes a non-standard contract/amendment______9/14/10 Page 79 Criticality: Approval of this authorization will allow DDOT to make necessary facility and vehicle repairs and procure equipment to improve passenger mobility. Purpose/Business Case: To provide state matching funds for DDOT’s FY 2010 Federal Section 5307 Urbanized Area Formula Capital Program grant. Benefit: Increased public safety through improved transportation infrastructure. Funding Source: FTA Funds - $20,022,625; FY 2010 State Restricted Comprehensive Transportation Funds - $1,529,350. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this authorization is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is a new project. Zip Code: 48207.

268. PASSENGER TRANSPORTATION - Section 5316 Program Project Authorization (Z25) under Master Agreement (2007-0201) between MDOT and the City of Detroit, Department of Transportation (DDOT), will provide state matching funds for DDOT’s FY 2008, FY 2009, and FY 2010 Federal Section 5316 Job Access and Reverse Commute Program grant for service operations, mobility management, and the purchase of buses and support equipment. The authorization will be in effect from the effective date of the federal grant through three years. The authorization may be retroactive due to the effective date matching the federal grant effective date. This is one of the retroactive contract categories exempted by the State Administrative Board (SAB) on October 6, 1992, from the SAB retroactive contract policy. The authorization amount will be $6,871,104. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $3,709,870; FY 2010, FY 2011, and FY 2012 State Restricted Comprehensive Transportation Funds - $3,161,234. FY 2011 and FY 2012 state matching funds are contingent upon legislative appropriation.

Criticality: Approval of this authorization will allow DDOT to continue to provide transportation to work services for low income individuals in order to spur economic development and create/retain jobs. Purpose/Business Case: To provide state matching funds for DDOT’s FY 2008/2009/2010 Section 5316 Job Access and Reverse Commute Program grant. Benefit: Increased public transportation services. Funding Source: FTA Funds - $3,709,870; FY 2010/2011/2012 State Restricted Comprehensive Transportation Funds - $3,161,234. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this authorization is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is a new project. Zip Code: 48207.

* Denotes a non-standard contract/amendment______9/14/10 Page 80 269. PASSENGER TRANSPORTATION - Section 5304 Program Project Authorization (Z1) under Master Agreement (2007-0202) between MDOT and the Detroit Transportation Corporation (DTC) will provide federal funds and local matching funds under the FY 2009 Federal Section 5304 State Planning and Research Program for the conduct of a noise abatement and ride quality study on the City of Detroit’s light rail system. The authorization will be in effect from the date of award of the federal grant through three years. The authorization may be retroactive due to the effective date matching the federal grant effective date. This is one of the retroactive contract categories exempted by the State Administrative Board (SAB) on October 6, 1992, from the SAB retroactive contract policy. The authorization amount will be $100,000. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds $80,000; DTC Funds - $20,000.

Criticality: Approval of this authorization will allow DTC to conduct a noise abatement and ride quality study on the City of Detroit’s light rail system. Purpose/Business Case: To provide federal funds and local matching funds under the FY 2009 Federal Section 5304 State Planning and Research Program for the conduct of a noise abatement and ride quality study on the City of Detroit’s light rail system. Benefit: Improved transportation services. Funding Source: FTA Funds - $80,000; DTC Funds - $20,000. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this authorization is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is a new project. Zip Code: 48226.

270. PASSENGER TRANSPORTATION - Marine Capital Program Project Authorization Revision (Z8/R1) under Master Agreement (2007-0204) between MDOT and the Eastern Upper Peninsula Transportation Authority (EUPTA), in Sault Ste. Marie, will extend the authorization term by one year to provide sufficient time for EUPTA to make the necessary improvements to the St. Mary's River Ferry System. The project was delayed because the environmental approvals took longer than anticipated for the dock improvements. The environmental clearance has now been given, and the design work may be completed. The revised authorization term will be February 7, 2008 through February 6, 2012. The authorization amount remains unchanged at $222,222. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: FY 2008 State Restricted Comprehensive Transportation Funds - $200,000; EUPTA Funds - $22,222.

Criticality: The additional time will allow EUPTA to complete improvements to maintain passenger safety. Purpose/Business Case: To extend the authorization term by one year to provide sufficient time for EUPTA to complete the project. Benefit: Increased public safety through improved transportation infrastructure. Funding Source: FY 2008 State Restricted Comprehensive Transportation Funds - $200,000; EUPTA Funds - $22,222. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this revision is the loss of ferry service and potential damage to vessels.

* Denotes a non-standard contract/amendment______9/14/10 Page 81 Cost Reduction: Grant amount is determined by MDOT based on cost estimates and is not negotiated. Selection: N/A for revision and for original authorization. New Project Identification: This is not a new project. Zip Code: 49783.

271. PASSENGER TRANSPORTATION – Section 5307 Program Project Authorization (Z4) under Master Agreement (2007-0214) between MDOT and the City of Grand Haven will provide toll credits as the state match for the City's FY 2010 Federal Section 5307 Urbanized Area Formula Capital Program and Congestion Mitigation and Air Quality (CMAQ) Improvement Program grant for the purchase of bicycle racks and for marketing and outreach. The authorization will be in effect from the effective date of the federal grant through three years. The authorization may be retroactive due to the effective date matching the federal grant effective date. This is one of the retroactive contract categories exempted by the State Administrative Board (SAB) on October 6, 1992, from the SAB retroactive contract policy. The authorization amount will be $51,600. Toll credits in the amount of $10,320 will be allocated as the state match for all line items. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $51,600.

Criticality: Approval of this authorization is critical to avoiding a procurement delay for the bicycle racks and to avoiding delays in marketing and outreach activities. Purpose/Business Case: To provide toll credits as the state match for the City’s FY 2010 Federal Section 5307 Urbanized Area Capital Program and CMAQ Improvement Program grant. Benefit: Increased public safety through improved transportation infrastructure. Funding Source: FTA Funds - $51,600. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this authorization is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is a new project. Zip Code: 49417.

272. PASSENGER TRANSPORTATION – Section 5339 Program Project Authorization (Z21) under Master Agreement (2007-0230) between MDOT and the Interurban Transit Partnership (ITP), in Kent County, will provide toll credits as the state match for ITP's FY 2010 Federal Section 5339 Alternatives Analysis Program grant for a streetcar study. The study originated in ITP’s FY 2008 Federal Section 5339 Alternatives Analysis Program grant and has advanced to the environmental analysis stage. The authorization will be in effect from the effective date of the federal grant through three years. The authorization may be retroactive due to the effective date matching the federal grant effective date. This is one of the retroactive contract categories exempted by the State Administrative Board (SAB) on October 6, 1992, from the SAB retroactive contract policy. The authorization amount will be $360,000. Toll credits in the amount of $72,000 will be allocated as state match for the study. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $360,000.

* Denotes a non-standard contract/amendment______9/14/10 Page 82 Criticality: Approval of this authorization will allow ITP to continue the study and advance to the environmental analysis stage. Purpose/Business Case: To provide toll credits as the state match for ITP's FY 2010 Federal Section 5339 Alternatives Analysis Program grant. Benefit: Increased transportation services. Funding Source: FTA Funds - $360,000. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this authorization is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is a new project. Zip Code: 49503.

273. PASSENGER TRANSPORTATION – Section 5307 Program Project Authorization (Z23) under Master Agreement (2007-0230) between MDOT and the Interurban Transit Partnership (ITP), in Kent County, will provide state matching funds for ITP's FY 2010 Federal Section 5307 Urbanized Area Formula Capital Program grant for the purchase of paratransit vehicles, surveillance/security equipment, office furniture/equipment, computer hardware, computer software, passenger shelters, and bus stop signs; for bus tire leasing; for architectural and engineering (A&E) services; for expansion/renovation of the operations center; for preventive maintenance; for capital costs of contracting; for project administration; for operations center landscaping; and for planning. The authorization will be in effect from the effective date of the federal grant through three years. The authorization may be retroactive due to the effective date matching the federal grant effective date. This is one of the retroactive contract categories exempted by the State Administrative Board (SAB) on October 6, 1992, from the SAB retroactive contract policy. The authorization amount will be $9,050,117. Toll credits in the amount of $707,085 will be allocated as match for all associated capital items except for the replacement vehicles, A&E services, expansion/renovation of the operations center and operations center landscaping. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $7,947,178; FY 2010 State Restricted Comprehensive Transportation Funds - $1,102,939.

Criticality: Approval of this authorization is critical to avoiding a procurement delay for necessary transportation infrastructure. Purpose/Business Case: To provide state matching funds for ITP’s FY 2010 Federal Section 5307 Urbanized Area Formula Capital Program grant. Benefit: Increased public safety through improved transportation infrastructure. Funding Source: FTA Funds - $7,947,178; FY 2010 State Restricted Comprehensive Transportation Funds - $1,102,939. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this authorization is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is a new project. Zip Code: 49503.

* Denotes a non-standard contract/amendment______9/14/10 Page 83 274. PASSENGER TRANSPORTATION – Section 5307 Program Project Authorization (Z24) under Master Agreement (2007-0230) between MDOT and the Interurban Transit Partnership (ITP) in Kent County will provide state matching funds for ITP's FY 2010 Federal Section 5307 Urbanized Area Formula Capital Program and Congestion Mitigation and Air Quality (CMAQ) Improvement Program grant for the purchase of a replacement bus and eight expansion vanpool vans and for Ozone Action Days. The authorization will be in effect from the effective date of the federal grant through three years. The authorization may be retroactive due to the effective date matching the federal grant effective date. This is one of the retroactive contract categories exempted by the State Administrative Board (SAB) on October 6, 1992, from the SAB retroactive contract policy. The authorization amount will be $675,000. Toll credits in the amount of $18,400 will be allocated as match for the Ozone Action days. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $558,400; FY 2010 State Restricted Comprehensive Transportation Funds - $116,600.

Criticality: Approval of this authorization is critical to avoiding a procurement delay for necessary transportation infrastructure. Purpose/Business Case: To provide state matching funds for ITP’s FY 2010 Federal Section 5307 Urbanized Area Formula Capital Program and CMAQ Improvement Program grant. Benefit: Increased public safety through improved transportation infrastructure. Funding Source: FTA Funds - $558,400; FY 2010 State Restricted Comprehensive Transportation Funds - $116,600. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this authorization is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A New Project Identification: This is a new project. Zip Code: 49503.

275. PASSENGER TRANSPORTATION – Section 5309 Program Project Authorization (Z25) under Master Agreement (2007-0230) between MDOT and the Interurban Transit Partnership (ITP) in Kent County will provide state matching funds for ITP's FY 2010 Federal Section 5309 Capital Discretionary Program grant for operations center expansion. The authorization will be in effect from the effective date of the federal grant through three years. The authorization may be retroactive due to the effective date matching the federal grant effective date. This is one of the retroactive contract categories exempted by the State Administrative Board (SAB) on October 6, 1992, from the SAB retroactive contract policy. The authorization amount will be $2,435,000. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $1,948,000; FY 2010 State Restricted Comprehensive Transportation Funds - $487,000.

Criticality: Approval of this authorization is critical to avoiding a procurement delay for necessary transportation infrastructure. Purpose/Business Case: To provide state matching funds for ITP’s FY 2010 Federal Section 5309 Capital Discretionary Program grant. Benefit: Increased public safety through improved transportation infrastructure.

* Denotes a non-standard contract/amendment______9/14/10 Page 84 Funding Source: FTA Funds - $1,948,000; FY 2010 State Restricted Comprehensive Transportation Funds - $487,000. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this authorization is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is a new project. Zip Code: 49503.

276. PASSENGER TRANSPORTATION - Section 5307 Program Project Authorization (Z23) under Master Agreement (2007-0236) between MDOT and the City of Jackson Transportation Authority (JTA) will provide state matching funds for JTA's FY 2010 Federal Section 5307 Urbanized Area Formula Capital Program and Surface Transportation Program grant for the purchase of a replacement bus and bus shelters. The authorization will be in effect from the effective date of the federal grant through three years. The authorization may be retroactive due to the effective date matching the federal grant effective date. This is one of the retroactive contract categories exempted by the State Administrative Board (SAB) on October 6, 1992, from the SAB retroactive contract policy. The authorization amount will be $121,000. Toll credits in the amount of $4,200 will be allocated as match for the bus shelters. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $101,000; FY 2010 State Restricted Comprehensive Transportation Funds - $20,000.

Criticality: This authorization will allow JTA to purchase a replacement bus and bus shelters to allow it to continue to provide safe, reliable public transportation services. Purpose/Business Case: To provide state matching funds for JTA's FY 2010 Federal Section 5307 Urbanized Area Formula Capital Program and Surface Transportation Program grant. Benefit: Increased public safety through improved transportation infrastructure. Funding Source: FTA Funds - $101,000; FY 2010 State Restricted Comprehensive Transportation Funds - $20,000 Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this authorization is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is a new project. Zip Code: 49203.

277. PASSENGER TRANSPORTATION - Section 5307 Program Project Authorization (Z24) under Master Agreement (2007-0236) between MDOT and the City of Jackson Transportation Authority (JTA) will provide toll credits as the state match for JTA's FY 2010 Federal Section 5307 Urbanized Area Formula Capital Program grant for the purchase of automated data processing (ADP) hardware. The authorization will be in effect from the effective date of the federal grant through three years. The authorization may be retroactive due to the effective date matching the federal grant effective date. This is one of the retroactive contract categories exempted by the State Administrative Board (SAB) on October 6, 1992, from the SAB retroactive contract policy. The authorization amount will be $30,000. Toll credits in the amount of $6,000 will be allocated as match for the ADP hardware. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $30,000.

* Denotes a non-standard contract/amendment______9/14/10 Page 85

Criticality: This authorization will allow JTA to purchase ADP hardware that will allow it to continue to provide safe, reliable public transportation services. Purpose/Business Case: To provide toll credits as the state match for the JTA’s FY 2010 Federal Section 5307 Urbanized Area Formula Capital Program grant. Benefit: Increased public safety through improved transportation infrastructure. Funding Source: FTA Funds - $30,000. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this authorization is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is a new project. Zip Code: 49203.

278. PASSENGER TRANSPORTATION - Section 5307 Program Project Authorization (Z17) under Master Agreement (2007-0239) between MDOT and the City of Kalamazoo will provide state matching funds for the City’s FY 2010 Federal Section 5307 Urbanized Area Formula Capital Program grant for facility renovation. The authorization will be in effect from the effective date of the federal grant through three years. The authorization may be retroactive due to the effective date matching the federal grant effective date. This is one of the retroactive contract categories exempted by the State Administrative Board (SAB) on October 6, 1992, from the SAB retroactive contract policy. The authorization amount will be $35,750. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $28,600; FY 2010 State Restricted Comprehensive Transportation Funds - $7,150.

Criticality: Approval of this authorization will allow the City to renovate a facility that will provide better accommodations for increased staff. Purpose/Business Case: To provide state matching funds for the City’s FY 2010 Federal Section 5307 Urbanized Area Formula Capital Program grant. Benefit: Increased public safety through improved transportation infrastructure. Funding Source : FTA Funds - $28,600; FY 2010 State Restricted Comprehensive Transportation Funds - $7,150. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this authorization is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is a new project. Zip Code: 49007.

* Denotes a non-standard contract/amendment______9/14/10 Page 86 279. PASSENGER TRANSPORTATION - Section 5307 / STP Program Project Authorization (Z20) under Master Agreement (2007-0239) between MDOT and the City of Kalamazoo will provide federal funds and state matching funds for the City's FY 2010 Federal Section 5307 Urbanized Area Formula Capital Program and Surface Transportation Program grant for the purchase of up to four vehicles. The authorization will be in effect from the effective date of the federal grant through three years. The authorization may be retroactive due to the effective date matching the federal grant effective date. This is one of the retroactive contract categories exempted by the State Administrative Board (SAB) on October 6, 1992, from the SAB retroactive contract policy. The authorization amount will be $130,968. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $104,774; FY 2010 State Restricted Comprehensive Transportation Funds - $26,194.

Criticality: Approval of this authorization will allow the City to purchase needed expansion vehicles. These purchases will provide for a safe and reliable fleet. Purpose/Business Case: To provide state matching funds for the City's FY 2010 Federal Section 5307 Urbanized Area Formula Capital Program and Surface Transportation Program grant. Benefit: Increased public safety through improved transportation infrastructure. Funding Source: FTA Funds - $104,774; FY 2010 State Restricted Comprehensive Transportation Funds - $26,194. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this authorization is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is a new project. Zip Code: 49007.

280. PASSENGER TRANSPORTATION - Section 5316 Program Project Authorization (Z30) under Master Agreement (2007-0254) between MDOT and the Mass Transportation Authority (MTA), in Genesee County, will provide state matching funds for MTA's FY 2010 Federal Section 5316 Job Access and Reverse Commute (JARC) Program grant. This program provides work-related transportation to Genesee County residents accessing jobs in the counties of Oakland, Livingston, Lapeer, Saginaw, Washtenaw, and Genesee. The authorization will be in effect from the effective date of the federal grant through three years. The authorization may be retroactive due to the effective date matching the federal grant effective date. This is one of the retroactive contract categories exempted by the State Administrative Board (SAB) on October 6, 1992, from the SAB retroactive contract policy. The authorization amount will be $531,072. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $265,536; FY 2010 State Restricted Comprehensive Transportation Funds - $265,536.

* Denotes a non-standard contract/amendment______9/14/10 Page 87

Criticality: This authorization will provide funds for the continuation of transportation to work services. Purpose/Business Case: To provide state matching funds for MTA's FY 2010 Federal Section 5316 JARC Program grant for transportation to work services for Genesee County residents. Benefit: Increased public transportation services. Funding Source: FTA Funds - $265,536; FY 2010 State Restricted Comprehensive Transportation Funds - $265,536. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: If this authorization is not approved, federal funds could be lost and the needed transportation to work services will not be provided. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is a continuation of previous years' JARC Program grants. Zip Code: 48503.

281. PASSENGER TRANSPORTATION - Section 5307 Program Project Authorization (Z31) under Master Agreement (2007-0254) between MDOT and the Mass Transportation Authority (MTA), in Genesee County, will provide state matching funds for MTA's FY 2010 Federal Section 5307 Urbanized Area Formula Capital Program and Surface Transportation Program grant for the construction of administrative/maintenance facilities. The authorization will be in effect from the effective date of the federal grant through three years. The authorization may be retroactive due to the effective date matching the federal grant effective date. This is one of the retroactive contract categories exempted by the State Administrative Board (SAB) on October 6, 1992, from the SAB retroactive contract policy. The authorization amount will be $1,421,061. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $1,136,849; FY 2010 State Restricted Comprehensive Transportation Funds - $284,212.

Criticality: This authorization will allow MTA to construct a new facility and purchase facility security equipment to enhance public safety and improve infrastructure. Purpose/Business Case: To provide state matching funds for MTA's FY 2010 Federal Section 5307 Urbanized Area Formula Capital Program and Surface Transportation Program grant. Benefit: Increased public safety through improved infrastructure. Funding Source: FTA Funds - $1,136,849; FY 2010 State Restricted Comprehensive Transportation Funds - $284,212. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this authorization is the loss of federal funds. Cost Reduction: Grant amount is determined by FTA and is not negotiated. Selection: N/A. New Project Identification: This is a new project. Zip Code: 48503.

* Denotes a non-standard contract/amendment______9/14/10 Page 88

282. PASSENGER TRANSPORTATION - Section 5307 Program Project Authorization (Z32) under Master Agreement (2007-0254) between MDOT and the Mass Transportation Authority (MTA), in Genesee County, will provide state matching funds for MTA’s FY 2010 Federal Section 5307 Urbanized Area Formula Capital Program grant for the rehabilitation/rebuilding of buses; for the rehabilitation/renovation/lease of administrative/maintenance facilities; for the purchase of shop equipment, computer hardware and software, security equipment, maintenance items, bus shelters, and signage; and for preventive maintenance. The authorization will be in effect from the effective date of the federal grant through three years. The authorization may be retroactive due to the effective date matching the federal grant effective date. The authorization amount will be $6,549,815. Toll credits in the amount of $684,338 will be allocated as match for all line items except the rehabilitation/rebuilding of buses and the rehabilitation/renovation/lease of administrative/maintenance facilities. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration Funds - $5,924,190; FY 2010 State Restricted Comprehensive Transportation Funds - $625,625.

Criticality: Approval of this authorization is critical because the projects are for transportation infrastructure improvements that will allow MTA to continue to provide safe, reliable public transportation services. Purpose/Business Case: To provide state matching funds for MTA’s FY 2010 Federal Section 5307 Urbanized Area Formula Capital Program grant. Benefit: Increased public safety through improved transportation infrastructure. Funding Source: FTA Funds - $5,924,190; FY 2010 State Restricted Comprehensive Transportation Funds - $625,625. Commitment Level: Authorization is based on cost estimates. Risk Assessment: The risk of not approving this authorization is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is a new project. Zip Code: 48503.

283. PASSENGER TRANSPORTATION – Section 5309 Capital Program Project Authorization Revision (Z3/R2) under Master Agreement (2007-0259) between MDOT and the City of Midland will add a line item for the purchase of office equipment, will reduce state matching funds by $8,023, and will add local matching funds of $8,023. Because funding from another grant was used to assist with the purchase of one of the revenue vehicles, the City has decided to use the remaining funds for the purchase of needed office equipment. Office equipment is not eligible for state matching funds. The original authorization provides state matching funds for the City’s FY 2008 Federal Section 5309 Capital Discretionary Program grant. The authorization term remains unchanged, September 25, 2008, through September 24, 2011. The authorization amount remains unchanged at $219,275. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $175,420; FY 2008 and FY 2009 State Restricted Comprehensive Transportation Funds - $35,832; City of Midland Funds - $8,023.

* Denotes a non-standard contract/amendment______9/14/10 Page 89

Criticality: This revision will allow the City to purchase needed office equipment to improve the administrative efficiency of the transit program. Purpose/Business Case: To add a new line item for the purchase of office equipment, to reduce state funding by $8,023, and to add local funding in the amount of $8,023. Benefit: Increased organizational efficiency through improved transportation infrastructure. Funding Source: FTA Funds - $175,420; FY 2008 and FY 2009 State Restricted Comprehensive Transportation Funds - $35,832; City Funds - $8,023. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this revision is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is a not a new project. Zip Code: 48641.

284. PASSENGER TRANSPORTATION – Section 5307 Program Project Authorization (Z17) under Master Agreement (2007-0264) between MDOT and the Muskegon County Board of Commissioners will provide state matching funds for the County's FY 2010 Federal Section 5307 Urbanized Area Formula Capital Program and Congestion Mitigation and Air Quality (CMAQ) Improvement Program grant for the purchase of a replacement bus and for marketing and outreach. The authorization will be in effect from the effective date of the federal grant through three years. The authorization may be retroactive due to the effective date matching the federal grant effective date. This is one of the retroactive contract categories exempted by the State Administrative Board (SAB) on October 6, 1992, from the SAB retroactive contract policy. The authorization amount will be $486,822. Toll credits in the amount of $22,364 will be allocated as match for the marketing and outreach line item. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $411,822; FY 2010 State Restricted Comprehensive Transportation Funds - $75,000.

Criticality: Approval of this authorization is critical to avoiding a procurement delay for a replacement bus and to avoiding delays in marketing and outreach activities. Purpose/Business Case: To provide state matching funds for the County’s FY 2010 Federal Section 5307 Urbanized Area Capital Program and CMAQ Improvement Program grant. Benefit: Increased public safety through improved transportation infrastructure. Funding Source: FTA Funds - $411,822; FY 2010 State Restricted Comprehensive Transportation Funds - $75,000. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this authorization is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is a new project. Zip Code: 49444.

* Denotes a non-standard contract/amendment______9/14/10 Page 90

285. PASSENGER TRANSPORTATION - Section 5307 Program Project Authorization (Z11) under Master Agreement (2007-0268) between MDOT and the City of Niles will provide toll credits as the state match for the City’s FY 2010 Federal Section 5307 Urbanized Area Formula Capital Program grant for the purchase of computer equipment, for the conduct of a transit study, and for preventive maintenance. The authorization will be in effect from the effective date of the federal grant through three years. The authorization may be retroactive due to the effective date matching the federal grant effective date. This is one of the retroactive contract categories exempted by the State Administrative Board (SAB) on October 6, 1992, from the SAB retroactive contract policy. The authorization amount will be $300,000. Toll credits in the amount of $60,000 will be allocated as match for all line items. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $300,000.

Criticality: Approval of this authorization will allow the City to purchase needed computer equipment, conduct a transit study, and provide for preventive maintenance. These projects will provide for a safe and reliable fleet. Purpose/Business Case: To provide toll credits as the state match for the City’s FY 2010 Federal Section 5307 Urbanized Area Formula Capital grant. Benefit: Increased public safety through improved transportation infrastructure. Funding Source: FTA Funds - $300,000. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this authorization is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is a new project. Zip Code: 49120.

286. PASSENGER TRANSPORTATION - Section 5309 Program Project Authorization (Z21) under Master Agreement (2007-0284) between MDOT and the Saginaw Transit Authority Regional Services (STARS) will provide state matching funds for STARS’ FY 2010 Federal Section 5309 Capital Discretionary Program grant for the purchase of replacement vehicles and for facility renovations. The authorization will be in effect from the effective date of the federal grant through three years. The authorization may be retroactive due to the effective date matching the federal grant effective date. This is one of the retroactive contract categories exempted by the State Administrative Board (SAB) on October 6, 1992, from the SAB retroactive contract policy. The authorization amount will be $625,000. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $500,000; FY 2010 State Restricted Comprehensive Transportation Funds - $125,000.

Criticality: Approval of this authorization will allow STARS to purchase additional revenue vehicles to replace those that have reached the ends of their useful lives to ensure passenger safety and to make needed facility improvements. Purpose/Business Case: To provide state matching funds for STARS’ FY 2010 Federal Section 5309 Capital Discretionary Program grant. Benefit: Increased public safety through improved transportation infrastructure. Funding Source: FTA Funds - $500,000; FY 2010 State Restricted Comprehensive Transportation Funds - $125,000. * Denotes a non-standard contract/amendment______9/14/10 Page 91 Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not awarding this authorization is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is a new project. Zip Code: 48607.

287. PASSENGER TRANSPORTATION - Section 5309 Program Project Authorization Revision (Z5/R1) under Master Agreement (2007-0288) between MDOT and the Schoolcraft County Board of Commissioners will upgrade the buses ordered to add radios and decals and will increase the authorization amount by $6,000 ($4,800 in federal funding and $1,200 in state funding). One of the agencies in the original grant decided not to pursue a facility construction project, which allows those funds to be reallocated to Schoolcraft County for the upgrade of its buses. The original authorization provides state matching funds for the FY 2008 Federal Section 5309 Capital Discretionary Program grant. The authorization term remains unchanged, September 25, 2008, through September 24, 2011. The revised authorization amount will be $190,240. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $152,192; FY 2008 and FY 2010 State Restricted Comprehensive Transportation Funds - $38,048.

Criticality: This revision will allow the County to better equip the buses to help it provide efficient transportation service. Purpose/Business Case: To provide additional federal and state funding to upgrade the buses ordered to include radios and decals. Benefit: Increased public safety through improved transportation infrastructure. Funding Source: FTA Funds - $152,192; FY 2008 and FY 2010 State Restricted Comprehensive Transportation Funds - $38,048. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this revision is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is not a new project. Zip Code: 49854.

* Denotes a non-standard contract/amendment______9/14/10 Page 92 288. PASSENGER TRANSPORTATION - Section 5316 Program Project Authorization Revision (Z23/R1) under Master Agreement (2007-0294) between MDOT and the Suburban Mobility Authority for Regional Transportation (SMART), which provides transit service in Wayne, Oakland, Macomb, and Monroe Counties, will extend the authorization term by one year to provide sufficient time for SMART to complete the capital project. The project will not be completed on time because of delays in the award of the contract and because the revenue vehicle to be purchased was incorrectly identified in the original authorization. The error has been corrected, and specifications are currently being completed. SMART anticipates delivery of the vehicle in spring 2011. The original authorization provides state matching funds for SMART’s FY 2010 Federal Section 5316 Job Access and Reverse Commute Program grant. The revised authorization term for the capital project will be October 1, 2009, through September 30, 2011. The service operations term remains unchanged, October 1, 2009, through September 30, 2010. The authorization amount remains unchanged at $403,326. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $221,283; FY 2010 State Restricted Comprehensive Transportation Funds - $182,043.

Criticality: This revision will provide sufficient time for SMART to purchase a vehicle to assist in providing expanded service to low-income individuals for work-related transportation needs. Purpose/Business Case: To extend the authorization term by one year to provide sufficient time for SMART to complete the purchase and delivery of a van. Benefit: Increased public safety through improved transportation infrastructure. Funding Source: FTA Funds - $221,283; FY 2010 State Restricted Comprehensive Transportation Funds - $182,043. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this revision is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is not a new project. Zip Code: 48226.

289. PASSENGER TRANSPORTATION - Section 5309 Program Project Authorization (Z37) under Master Agreement (2007-0294) between MDOT and the Suburban Mobility Authority for Regional Transportation (SMART), which provides transit service in Wayne, Oakland, Macomb, and Monroe Counties, will provide state matching funds for SMART’s FY 2010 Federal Section 5309 Capital Discretionary Program grant for the replacement of three buses and the purchase of spare parts. The authorization will be in effect from the effective date of the federal grant through three years. The authorization may be retroactive due to the effective date matching the federal grant effective date. This is one of the retroactive contract categories exempted by the State Administrative Board (SAB) on October 6, 1992, from the SAB retroactive contract policy. The authorization amount will be $1,842,390. Toll credits in the amount of $26,088 will be used as match for the spare parts line item. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $1,500,000; FY 2010 State Restricted Comprehensive Transportation Funds - $342,390.

* Denotes a non-standard contract/amendment______9/14/10 Page 93 Criticality: Approval of this authorization will allow SMART to replace buses that have reached the ends of their useful lives. Purpose/Business Case: To provide state matching funds for SMART’s FY 2010 Federal Section 5309 Capital Discretionary Program grant. Benefit: Increased public safety through improved transportation infrastructure. Funding Source: FTA Funds - $1,500,000; FY 2010 State Restricted Comprehensive Transportation Funds - $342,390. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this authorization is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is a new project. Zip Code: 48226.

290. PASSENGER TRANSPORTATION - Section 5307 Program Project Authorization (Z38) under Master Agreement (2007-0294) between MDOT and the Suburban Mobility Authority for Regional Transportation (SMART), which provides transit service in Wayne, Oakland, Macomb, and Monroe Counties, will provide state matching funds for SMART’s FY 2010 Federal Section 5307 Urbanized Area Formula Capital Program grant for preventive maintenance, facility renovations, and the purchase of security equipment, bus shelters, signage, and bus parts. The authorization will be in effect from the effective date of the federal grant through three years. The authorization may be retroactive due to the effective date matching the federal grant effective date. This is one of the retroactive contract categories exempted by the State Administrative Board (SAB) on October 6, 1992, from the SAB retroactive contract policy. The authorization amount will be $15,415,405. Toll credits in the amount of $2,998,024 will be allocated as match for all line items except facility renovations. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $15,330,348; FY 2010 State Restricted Comprehensive Transportation Funds - $85,057.

Criticality: Approval of this authorization will allow SMART to perform preventive maintenance on vehicles and to purchase equipment to ensure safe, efficient transit operation. Purpose/Business Case: To provide state matching funds for SMART’s FY 2010 Federal Section 5307 Urbanized Area Formula Capital Program grant. Benefit: Increased public safety through improved transportation infrastructure. Funding Source: FTA Funds - $15,330,348; FY 2010 State Restricted Comprehensive Transportation Funds - $85,057. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this authorization is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is a new project. Zip Code: 48226.

* Denotes a non-standard contract/amendment______9/14/10 Page 94 291. PASSENGER TRANSPORTATION - Section 5307 Program Project Authorization (Z39) under Master Agreement (2007-0294) between MDOT and the Suburban Mobility Authority for Regional Transportation (SMART), which provides transit service in Wayne, Oakland, Macomb, and Monroe Counties, will provide state matching funds for SMART’s FY 2010 Federal Section 5307 Urbanized Area Formula Capital Program grant for facility rehabilitation/renovation for the Lake Erie Transportation Commission in Monroe County. The authorization will be in effect from the effective date of the federal grant through three years. The authorization may be retroactive due to the effective date matching the federal grant effective date. This is one of the retroactive contract categories exempted by the State Administrative Board (SAB) on October 6, 1992, from the SAB retroactive contract policy. The authorization amount will be $188,854. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $151,083; FY 2010 State Restricted Comprehensive Transportation Funds - $37,771.

Criticality: This authorization will allow the Lake Erie Transportation Commission to renovate the maintenance facility to make it safer and more efficient. Purpose/Business Case: To provide state matching funds for SMART’s FY 2010 Federal Section 5307 Urbanized Area Formula Capital Program grant for the Lake Erie Transportation Commission. Benefit: Increased public safety through improved transportation infrastructure. Funding Source: FTA Funds - $151,083; FY 2010 State Restricted Comprehensive Transportation Funds - $37,771. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this authorization is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is a new project. Zip Code: 48226.

292. PASSENGER TRANSPORTATION - Section 5309 Program Project Authorization (Z40) under Master Agreement (2007-0294) between MDOT and the Suburban Mobility Authority for Regional Transportation (SMART), which provides transit service in Wayne, Oakland, Macomb, and Monroe Counties, will provide state matching funds for SMART’s FY 2008 and FY 2009 Federal Section 5309 Capital Discretionary Program grants for facility renovations. The authorization will be in effect from the effective date of the federal grant through three years. The authorization may be retroactive due to the effective date matching the federal grant effective date. This is one of the retroactive contract categories exempted by the State Administrative Board (SAB) on October 6, 1992, from the SAB retroactive contract policy. The authorization amount will be $5,312,500. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $4,250,000; FY 2010 State Restricted Comprehensive Transportation Funds - $1,062,500.

Criticality: This authorization will allow SMART to undertake facility renovations that will make its maintenance facilities safer and more efficient. Purpose/Business Case: To provide state matching funds for SMART’s FY 2008 and FY 2009 Federal Section 5309 Capital Discretionary Program grant. Benefit: Increased public safety through improved transportation infrastructure.

* Denotes a non-standard contract/amendment______9/14/10 Page 95 Funding Source: FTA Funds - $4,250,000; FY 2010 State Restricted Comprehensive Transportation Funds - $1,062,500. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this authorization is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is a new project. Zip Code: 48226.

293. PASSENGER TRANSPORTATION - Section 5310 Program Project Authorization (Z41) under Master Agreement (2007-0294) between MDOT and the Suburban Mobility Authority for Regional Transportation (SMART), which provides transit service in Wayne, Oakland, Macomb, and Monroe Counties, will provide state matching funds for SMART’s FY 2004 Federal Section 5310 Elderly and Persons with Disabilities Program grant for the purchase of up to two vehicles. The authorization will be in effect from the date of award through three years. The authorization amount will be $81,785. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $65,428; FY 2002 and FY 2010 State Restricted Comprehensive Transportation Funds - $16,357.

Criticality: Approval of this authorization will allow SMART to purchase up to two vehicles to replace vehicles that have reached the ends their useful lives. The replacement vehicles are needed to ensure passenger safety. Purpose/Business Case: To provide state matching funds for SMART’s FY 2004 Federal Section 5310 Elderly and Persons with Disabilities Program grant for the purchase of up to two vehicles. Benefit: Increased public safety through improved transportation infrastructure. Funding Source: FTA Funds - $65,428; FY 2002 and FY 2010 State Restricted Comprehensive Transportation Funds - $16,357. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this authorization is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is a new project. Zip Code: 48226.

294. PASSENGER TRANSPORTATION - Section 5310 Program Project Authorization (Z42) under Master Agreement (2007-0294) between MDOT and the Suburban Mobility Authority for Regional Transportation (SMART), which provides transit service in Wayne, Oakland, Macomb, and Monroe Counties, will provide funding for the purchase of up to five vehicles under the FY 2005 Federal Section 5310 Elderly and Persons with Disabilities Program grant. The authorization will be in effect from the date of award through three years. The authorization amount will be $285,038. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $228,030; FY 2002 and FY 2010 State Restricted Comprehensive Transportation Funds - $57,008.

Criticality: Approval of this authorization will allow SMART to purchase up to five vehicles to replace vehicles that have reached the ends of their useful lives. The replacement vehicles are needed to ensure passenger safety. Purpose/Business Case: To provide state matching funds for the FY 2005 Federal Section 5310 Elderly and Persons with Disabilities Program grant for the purchase of up to five vehicles. Benefit: Increased public safety through improved transportation infrastructure. * Denotes a non-standard contract/amendment______9/14/10 Page 96 Funding Source: FTA Funds - $228,030; FY 2002 and FY 2010 State Restricted Comprehensive Transportation Funds - $57,008. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this authorization is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is a new project. Zip Code: 48226.

295. PASSENGER TRANSPORTATION - Section 5310 Program Project Authorization (Z43) under Master Agreement (2007-0294) between MDOT and the Suburban Mobility Authority for Regional Transportation (SMART), which provides transit service in Wayne, Oakland, Macomb, and Monroe Counties, will provide state matching funds for SMART’s FY 2006 Federal Section 5310 Elderly and Persons with Disabilities Program grant for the purchase of up to six buses and one van. The authorization will be in effect from the date of award through three years. The authorization amount will be $415,499. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $332,399; FY 2006 and FY 2010 State Restricted Comprehensive Transportation Funds - $83,100.

Criticality: Approval of this authorization will allow SMART to purchase up to six buses and one van to replace vehicles that have reached the ends of their useful lives. The replacement vehicles are needed to ensure passenger safety. Purpose/Business Case: To provide state matching funds for SMART’s FY 2006 Federal Section 5310 Elderly and Persons with Disabilities Program grant for the purchase of up to six buses and one van. Benefit: Increased public safety through improved transportation infrastructure. Funding Source: FTA Funds - $332,399; FY 2006 and FY 2010 State Restricted Comprehensive Transportation Funds - $83,100. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this authorization is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is a new project. Zip Code: 48226.

296. PASSENGER TRANSPORTATION - Section 5317 Program Project Authorization (Z44) under Master Agreement (2007-0294) between MDOT and the Suburban Mobility Authority for Regional Transportation (SMART), which provides transit service in Wayne, Oakland, Macomb, and Monroe Counties, will provide toll credits as the state match for SMART’s FY 2008, FY 2009, and FY 2010 Federal Section 5317 New Freedom Program grant for mobility management. The authorization will be in effect from the effective date of the federal grant through three years. The authorization may be retroactive due to the effective date matching the federal grant effective date. This is one of the retroactive contract categories exempted by the State Administrative Board (SAB) on October 6, 1992, from the SAB retroactive contract policy. The authorization amount will be $299,230. Toll credits in the amount of $59,846 will be allocated as match for the mobility management. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $299,230.

* Denotes a non-standard contract/amendment______9/14/10 Page 97

Criticality: This revision will provide federal funds for transportation services for individuals with disabilities. Purpose/Business Case: To provide toll credits as the state match for SMART’s FY 2008, FY 2009, and FY 2010 Section 5317 New Freedom Program grant for mobility management. Benefit: Increased public transportation services. Funding Source: FTA Funds - $299,230. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this authorization is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is a new project. Zip Code: 48226.

297. PASSENGER TRANSPORTATION - Section 5316 Program Project Authorization (Z45) under Master Agreement (2007-0294) between MDOT and the Suburban Mobility Authority for Regional Transportation (SMART), which provides transit service in Wayne, Oakland, Macomb, and Monroe Counties, will provide state matching funds for SMART’s FY 2008, FY 2009, and FY 2010 Federal Section 5316 Job Access and Reverse Commute Program grant for operating assistance and mobility management. The authorization will be in effect from the effective date of the federal grant through three years. The authorization may be retroactive due to the effective date matching the federal grant effective date. This is one of the retroactive contract categories exempted by the State Administrative Board (SAB) on October 6, 1992, from the SAB retroactive contract policy. The authorization amount will be $3,350,654. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $1,811,440; FY 2010, FY 2011 and FY 2012 State Restricted Comprehensive Transportation Funds - $1,539,214. FY 2010 and FY 2011 state matching funds are contingent upon legislative appropriation.

Criticality: This authorization will allow SMART to continue to provide transportation to work services for low- income individuals in order to spur economic development and create/retain jobs. Purpose/Business Case: To provide state matching funds for SMART’s FY 2008, FY 2009, and FY 2010 Section 5316 Job Access and Reverse Commute Program grant. Benefit: Increased public transportation services. Funding Source: FTA Funds - $1,811,440; FY 2010, FY 2011, and FY 2012 State Restricted Comprehensive Transportation Funds - $1,539,214. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this authorization is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is a new project. Zip Code: 48226.

* Denotes a non-standard contract/amendment______9/14/10 Page 98 298. PASSENGER TRANSPORTATION - Section 5309 Program Project Authorization (Z24) under Master Agreement (2007-0295) between MDOT and Thunder Bay Transportation Authority (TBTA), in Alpena County, will provide state matching funds for TBTA’s FY 2006 Federal Section 5309 Capital Discretionary Program grant for the purchase of up to three buses. The authorization will be in effect from the date of award through two years. The authorization amount will be $313,167. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $250,534; FY 2010 State Restricted Comprehensive Transportation Funds - $62,633.

Criticality: Approval of this authorization will allow TBTA to replace buses that have reached the ends of their useful lives to ensure a safe, reliable fleet. Purpose/Business Case: To provide state matching funds for TBTA’s FY 2006 Federal Section 5309 Capital Discretionary Program grant for the purchase of up to three buses. Benefit: Increased public safety through improved transportation infrastructure. Funding Source: FTA Funds - $250,534; FY 2010 State Restricted Comprehensive Transportation Funds - $62,633. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this authorization is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is a new project. Zip Code: 49707.

299. PASSENGER TRANSPORTATION - Section 5309 Program Project Authorization (Z25) under Master Agreement (2007-0295) between MDOT and Thunder Bay Transportation Authority, which provides service in Alpena County, will provide federal funds and state matching funds under the FY 2007 Federal Section 5309 Capital Discretionary Program for the purchase of a replacement vehicle. The authorization will be in effect from the date of award through two years. The authorization amount will be $36,833. The term of the master agreement is from October 1, 2006, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $29,466; FY 2010 State Restricted Comprehensive Transportation Funds - $7,367.

Criticality: Approval of this authorization will allow the Authority to purchase up to one replacement bus to replace a bus that has reached the end of its useful life to ensure a safe, reliable fleet. Purpose/Business Case: To provide federal funds and state matching funds for the FY 2007 Federal Section 5309 Capital Discretionary Program grant for a vehicle purchase. Benefit: Increased public safety through improved transportation infrastructure. Funding Source: FTA Funds - $29,466; FY 2010 State Restricted Comprehensive Transportation Funds - $7,367. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this authorization is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is a new project. Zip Code: 49707.

* Denotes a non-standard contract/amendment______9/14/10 Page 99 300. PASSENGER TRANSPORTATION - Rural Transportation Assistance Program Project Authorization Revision (Z10/R1) under Master Agreement (2007-0420) between MDOT and the Michigan Public Transit Association (MPTA), in Ingham County, will provide for additional training to transit personnel and will increase the authorization amount by $10,000 in federal funds. The original authorization provides Federal Rural Transportation Assistance Program (RTAP) funds to MPTA to administer the RTAP program on behalf of MDOT for fiscal year 2010. The authorization term remains unchanged, October 1, 2009, through September 30, 2010. The revised authorization amount will be $200,000. The term of the master agreement is from March 30, 2007, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $200,000.

Criticality: Approval of this revision will allow MPTA to continue to provide safety training to transit personnel, including the most up-to-date safety techniques. Purpose/Business Case: To provide continued RTAP training and materials to transit operators in nonurbanized areas. Benefit: Improved transportation services. Funding Source: FTA Funds - $200,000. Commitment Level: Authorization amount is based on available federal funds. Risk Assessment: The risk of not approving this revision is the loss of federal funds. Cost Reduction: Authorization amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is not a new project. Zip Code: 48823.

301. PASSENGER TRANSPORTATION - Section 5304 Program Project Authorization Revision (Z11/R1) under Master Agreement (2007-0420) between MDOT and the Michigan Public Transit Association (MPTA), in East Lansing, will provide for additional training for rural and specialized transit providers, will increase the authorization amount by $54,600 in state funds, and will extend the authorization term by one year to provide sufficient time for MPTA to complete the additional training projects. The additional training topics will include principles of transit management, procurement, and performance measure surveys. The original authorization provides for safety training for transit personnel. The revised authorization term will be October 1, 2009, through September 30, 2011. The revised authorization amount will be $157,200. The term of the master agreement is from March 30, 2007, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $82,080; FY 2010 State Restricted Comprehensive Transportation Funds - 54,600; MPTA Funds - $20,520.

Criticality: Approval of this revision is critical to the continued provision of safety training to transit personnel, including the most up-to-date safety techniques. Purpose/Business Case: To provide for continued training for rural and specialized transit providers, to increase the authorization amount by $54,600 in state funds, and to extend the authorization term by one year to provide sufficient time for MPTA to complete the additional training projects. Benefit: Improved transportation services. Funding Source: FTA Funds -$82,080; FY 2010 State Restricted Comprehensive Transportation Funds - $54,600; MPTA Funds - $20,520. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this revision is the loss of state funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated.

* Denotes a non-standard contract/amendment______9/14/10 Page 100 Selection: N/A. New Project Identification: This is not a new project. Zip Code: 48823.

302. PASSENGER TRANSPORTATION - Time Extension Amendatory Contract (2007-0481/A4) between MDOT and the Macatawa Area Coordinating Council (MACC) will extend the contract term by one year to allow MACC to continue the marketing program for the Pere Marquette passenger rail service. The Council has budgeted the current funding to cover the additional year of marketing. The original contract provides funding for a local marketing program for rail passenger service in West Michigan (Grand Rapids to ). MACC is acting as an agent for Westrain Collaborative, an organization comprised of representatives from West Michigan communities collectively engaged in the promotion of rail passenger service in West Michigan. The revised contract term will be July 6, 2007, through September 30, 2011. The contract amount remains unchanged at $222,222. Source of Funds: FY 2007 and FY 2008 State Restricted Comprehensive Transportation Funds - $200,000; MACC Funds - $22,222.

Criticality: Approval of this amendment will allow MACC to provide seamless locally focused marketing of the West Michigan passenger rail service through FY 2011. Marketing has a strong impact on rail passenger ridership. In order to secure the revenues associated with strong ridership, the marketing plan must be extended. MACC is very familiar with the marketing of passenger rail services. Purpose/Business Case: To extend the contract term by one year to allow MACC to continue the local marketing plan for rail passenger service in West Michigan (Grand Rapids to Chicago) through FY 2011. Benefit: MACC will provide seamless locally-focused marketing of the West Michigan passenger rail service. Ridership on the Pere Marquette passenger rail service has seen continuous growth through this locally-focused marketing. Funding Source: FY 2007 and FY 2008 State Restricted Comprehensive Transportation Funds - $200,000; MACC Funds - $22,222. Commitment Level: Contract amount is based on cost estimates. Risk Assessment: The risk of not approving this amendment is the loss of the marketing program for rail passenger services in West Michigan, which could result in lower ridership. Lower ridership would negatively affect revenue, and an increase in the operating subsidy could be needed. Cost Reduction: The marketing program will be continued for an additional year with no additional funds being provided. Selection: N/A. New Project Identification: This is not a new project. Zip Code: 49424.

* Denotes a non-standard contract/amendment______9/14/10 Page 101 303. PASSENGER TRANSPORTATION - Section 5307 Program

Project Authorization (Z22) under Master Agreement (2007-0613) between MDOT and the Macatawa Area Express Transportation Authority (MAETA), in Ottawa County, will provide state matching funds for MAETA's FY 2010 Federal Section 5307 Urbanized Area Formula Capital Program and Congestion Mitigation and Air Quality (CMAQ) Improvement Program grant for the purchase of buses. The authorization will be in effect from the effective date of the federal grant through three years. The authorization may be retroactive due to the effective date matching the federal grant effective date. This is one of the retroactive contract categories exempted by the State Administrative Board (SAB) on October 6, 1992, from the SAB retroactive contract policy. The authorization amount will be $375,000. The term of the master agreement is from July 1, 2007, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2007 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $300,000; FY 2010 State Restricted Comprehensive Transportation Funds - $75,000.

Criticality: Approval of this authorization will allow MAETA to acquire buses to replace buses that have reached the ends of their useful lives. Purpose/Business Case: To provide state matching funds for the FY 2010 Section 5307 Urbanized Area Formula Capital Program and CMAQ Improvement Program grant. Benefit: Increased public safety through improved transportation infrastructure. Funding Source: FTA Funds - $300,000; FY 2010 State Restricted Comprehensive Transportation Funds - $75,000. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this authorization is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is a new project. Zip Code: 49423.

304. PASSENGER TRANSPORTATION – Section 5310 Program Project Authorization Revision (Z2/R1) under Master Agreement (2008-0046) between MDOT and People’s Express (PEX), which provides service in Washtenaw County, will renew the authorization and extend the authorization term by six months to provide sufficient time for PEX to complete the procurement of three replacement vehicles. The procurement was delayed because it was changed from an extended purchase to a local purchase after the original procurement was deemed ineligible because federal and state procedures were not followed. The original authorization provides state matching funds for PEX’s FY 2007 Federal Section 5310 Elderly and Persons with Disabilities Program grant. The revised authorization term will be from October 1, 2007, through August 30, 2010, and from the date of award of this revision through February 28, 2011. No costs will be incurred between August 30, 2010, and the date of award of this revision. The authorization amount remains unchanged at $111,481. The term of the master agreement is from October 1, 2007, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2008 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $89,185; FY 2007 State Restricted Comprehensive Transportation Funds - $22,296.

* Denotes a non-standard contract/amendment______9/14/10 Page 102

Criticality: Approval of this authorization will allow PEX to purchase three replacement vehicles that will be safer and more efficient for the transportation of the elderly and disabled riders. Purpose/Business Case: To renew the authorization and to extend the authorization term by six months to provide sufficient time for PEX to procure the revenue vehicles. Benefit: Increased public safety through improved transportation infrastructure and increased services. Funding Source: FTA funds - $89,185; FY 2007 State Restricted Comprehensive Transportation Funds - $22,296. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this revision is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is not a new project. Zip Code: 48189.

305. PASSENGER TRANSPORTATION - Section 5317 Program Project Authorization Revision (Z3/R2) under Master Agreement (2008-0046) between MDOT and People’s Express (PEX), in Washtenaw County, will extend the authorization term by six months to provide sufficient time for PEX to complete the vehicle purchase. Problems with procurement have delayed the purchase of the vans. The original authorization provides state matching funds and local funds for PEX's FY 2008 and FY 2009 Federal Section 5317 New Freedom Program grant. The revised authorization term will be July 1, 2008, through March 31, 2011. The authorization amount remains unchanged at $150,000. The toll credit amount remains unchanged at $6,000. The term of the master agreement is from October 1, 2007, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2008 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $108,000; FY 2008 State Restricted Comprehensive Transportation Funds - $12,000; PEX Funds - $30,000.

Criticality: This revision will provide sufficient time for PEX to procure revenue vehicles to replace vehicles that have reached the end of their useful lives. Purpose/Business Case: To extend the authorization term by six months to provide sufficient time for PEX to complete the project. Benefit: Increased public safety through improved transportation infrastructure. Funding Source: FTA Funds - $108,000; FY 2008 State Restricted Comprehensive Transportation Funds - $12,000; PEX Funds - $30,000. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this revision is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is not a new project. Zip Code: 48189.

306. PASSENGER TRANSPORTATION - Section 5310 Program Project Authorization (Z13) under Master Agreement (2008-0046) between MDOT and People’s Express (PEX), in Washtenaw County, will provide state matching funds for PEX’s FY 2008 Federal Section 5310 Elderly and Persons with Disabilities Program grant for the purchase of up to four vehicles. The authorization will be in effect from the date of award through three years. The authorization amount will be $226,440. The term of the master agreement is from October 1, 2007, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2008 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $181,152; FY 2010 State Restricted Comprehensive Transportation Funds - $45,288. * Denotes a non-standard contract/amendment______9/14/10 Page 103

Criticality: Approval of this authorization will allow PEX to purchase up to four vehicles to replace vehicles that have reached the ends of their useful lives. The replacement vehicles are needed to ensure passenger safety. Purpose/Business Case: To provide state matching funds for PEX’s FY 2008 Federal Section 5310 Elderly and Persons with Disabilities Program grant for the purchase of up to four vehicles. Benefit: Increased public safety through improved transportation infrastructure. Funding Source: FTA Funds - $181,152; FY 2010 State Restricted Comprehensive Transportation Funds - $45,288. Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not approving this authorization is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is a new project. Zip Code: 48189.

307. *PASSENGER TRANSPORTATION - Increase Services and Amount, Extend Term Amendatory Contract (2009-0085/A2) between MDOT and Indian Trails, Inc., will extend the contract term by 18 months and will increase the contract amount by $3,946,928, including $1,973,464 in federal funds and $1,973,464 in state funds, to provide for the continued operation of five intercity bus routes. The revised contract term will be February 1, 2009, through July 31, 2012. The revised contract amount will be $8,404,758. Source of Funds: Federal Transit Administration Funds - $4,202,379; FY 2009, FY 2010, FY 2011, and FY 2012 State Restricted Comprehensive Transportation Funds - $4,202,379. FY 2011 and FY 2012 state matching funds are contingent upon legislative appropriation.

Criticality: Approval of this amendment is critical to prevent the loss of intercity bus service to rural populations in the state. Purpose/Business Case: To provide for the continued operation of five rural intercity bus routes. Benefit: To ensure the reliability and continuity of intercity bus operations for passengers traveling to and from the Upper Peninsula with links to the national transportation system. Funding Source: FTA Funds - $4,202,379; FY 2009, FY 2010, FY 2011, and FY 2012 State Restricted Comprehensive Transportation Funds - $4,202,379. Commitment Level: Contract amount is based on cost estimates. Risk Assessment: The risks of not approving this amendment are the loss of federal funds, the loss of a safe environment for intercity bus passengers, and the loss of a reliable service for passengers traveling within the state, to and from the Upper Peninsula, and connecting to the national transportation system Cost Reduction: N/A. Selection: N/A. New Project Identification: This is not a new project. Zip Code: 48909.

308. PASSENGER TRANSPORTATION - Time Extension Amendatory Contract (2009-0486/A1) between MDOT and the City of Durand will extend the contract term by one year to provide sufficient time for the City to complete the project. The project was unable to begin on time due to an unforeseen complication with the City’s sewer system. The additional time will allow the City to address the sewer problem without having to redo the paving, which is part of the project design. The original contract provides state funds for the design, renovation, and development of the parking lot area at the Durand . The revised contract term will be from September 15, 2009, through September 30, 2011. The contract amount remains unchanged at $250,000. Source of Funds: FY 2009 State Restricted Comprehensive Transportation Funds - $250,000.

* Denotes a non-standard contract/amendment______9/14/10 Page 104 Criticality: If this project is completed before the City’s sewer work is completed, some of the project work elements will have to be redone at an additional cost. Purpose/Business Case: To extend the contract term by one year to provide sufficient time for the City to complete the project. Benefit: The additional time will allow the City to address the sewer problem without having to redo the paving. The project will increase the available parking at this passenger rail station and provide a new surface, additional lighting, safety features and drainage. Funding Source: FY 2009 State Restricted Comprehensive Transportation Funds - $250,000. Commitment Level: Contract amount is based on cost estimates. Risk Assessment: If the work is not completed, train passengers will have to continue to park in unlighted grassy areas near the station, and an opportunity will be lost to optimize use of the station. Cost Reduction: If the work is delayed until the sewer is repaired, the City will save additional costs. This renovation will increase the use of this historic facility and will be a cost effective safety measure for pedestrian traffic from the parking area to the station. Selection: N/A. New Project Identification: This is not a new project. Zip Code: 48429.

309. PASSENGER TRANSPORTATION – Time Extension Amendatory Contract (2009-0487/A1) between MDOT and the City of Jackson will extend the contract term by three months to provide sufficient time for the City to complete the project. The additional time is needed because the City’s selection process took longer than anticipated. The original contract provides state funds for Phase 2 of the rail passenger station development study. The study will allow the City to develop a program for the renovation and redevelopment of the existing historic railroad station to serve as an intermodal transportation center. The revised contract term will be July 31, 2009, through December 31, 2010. The contract amount remains unchanged at $60,000. Source of Funds: FY 2009 State Restricted Comprehensive Transportation Funds - $60,000.

Criticality: Approval of this amendment will allow the City to proceed with the transformation of the facility. The additional time will allow the consultant to complete the study. The study will allow the City to develop a program for the renovation and redevelopment of the existing historic railroad station to serve as an intermodal transportation center. Purpose/Business Case: To extend the contract term by three months to provide sufficient time for the City to complete Phase 2 of the rail passenger station development study. Benefit: This amendment will allow the City to complete the study and develop a work plan to create a multimodal passenger facility at the historic Jackson Depot. Funding Source: FY 2009 State Restricted Comprehensive Transportation Funds - $60,000. Commitment Level: Contract amount is based on cost estimates. Risk Assessment: The risk of not approving this amendment is the inability to complete the study to develop the facility into an intermodal facility. An opportunity would be lost to provide connectivity with other modes, and the facility would be underused. Cost Reduction: The expansion of services at this facility will increase its use and allow services to be combined. Developing ancillary uses at the facility will decrease operational costs. Selection: N/A. New Project Identification: This is not a new project. Zip Code: 49201.

* Denotes a non-standard contract/amendment______9/14/10 Page 105

310. PASSENGER TRANSPORTATION - Section 5311(f) Intercity Capital Program Project Authorization (Z3) under Master Agreement (2010-0127) between MDOT and Greyhound Lines, Inc., will provide FY 2010 Federal Section 5311(f) Intercity Bus Program funds and state matching funds for intercity bus capital to assist with the purchase of one bus. The bus will be used to provide service throughout Michigan, as well as a connection to the national bus system. The authorization will be in effect from the date of award through three years. The authorization amount will be $500,000. The term of the master agreement is from March 1, 2010, until the last obligation between the parties has been fulfilled. The master agreement includes authorizations for program years FY 2010 through FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $400,000; FY 2010 State Restricted Comprehensive Transportation Funds - $100,000.

Criticality: This authorization will assist in the purchase of one bus to be used for existing intercity bus routes operating along MDOT-designated corridors and to provide communities with essential transportation service with links to the national transportation system. Purpose/Business Case: To provide state matching funds for the FY 2010 Federal Section 5311(f) Intercity Bus Program for the purchase of one bus. Benefit: Will ensure continuation of existing intercity bus routes operating along MDOT-designated corridors and provide essential transportation service with links to the national transportation system. Funding Source: FTA Funds - $400,000; FY 2010 State Restricted Comprehensive Transportation Funds - $100,000 Commitment Level: Authorization amount is based on cost estimates. Risk Assessment: The risk of not awarding this authorization is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is a new project. Zip Code: 48909.

311. *PASSENGER TRANSPORTATION - Rail Passenger Program Contract (2010-0446) between MDOT and the Interurban Transit Partnership (ITP), in Grand Rapids, will provide Federal Railroad Administration (FRA) funding for the relocation of the Grand Rapids Station from downtown (Wealthy Street) to adjacent to the Grand Rapids Rapid Transit Center. This relocation will reduce traffic congestion, improve customer convenience, and create a multimodal transportation facility to accommodate both trains and buses. The relocation work will include the construction of a new siding track and signalization connecting with the CSX Transportation main line and a new passenger loading/unloading platform on the siding track. This track will be used for overnight layovers and maintenance. The passenger platform will conform to National Railroad Passenger Corporation (Amtrak) and Americans with Disabilities Act specifications. The contract amount will be $4,259,000.00. The contract will be in effect from the date of award of the federal grant through twenty years from the date the project is placed in service. The contract may be retroactive due to the effective date matching the federal grant effective date. This is one of the retroactive contract categories exempted by the State Administrative Board (SAB) on October 6, 1992, from the SAB retroactive contract policy. Source of Funds: FRA Funds - $3,800,000; ITP Funds - $459,000.

Criticality: Approval of this contract is critical to obligating $3.8 million dollars in earmarked funds for the City of Grand Rapids and Amtrak. Purpose/Business Case: To provide federal and local funds for the relocation of the existing Amtrak Station.

* Denotes a non-standard contract/amendment______9/14/10 Page 106 Benefit: Congestion problems created by the small parcel of land on which the current station is located will be alleviated. The new location will also eliminate problems with layover trains. The Amtrak Station is on the CSX mainline, and passenger equipment is only allowed to make station stops before traveling to another CSX Yard to be laid over and serviced. The new track will be for Amtrak’s use only and will accommodate trains overnight. The delays incurred while moving trains from the CSX Yard to the main line for passenger loading will be eliminated. A multimodal facility for the City of Grand Rapids will be created that will connect different modes of transit in a common place. Funding Source: FRA Funds - $3,800,000; ITP Funds - $459,000. Commitment Level: The contract amount is based on cost estimates. Risk Assessment: If this contract is not approved the City of Grand Rapids will lose the opportunity to proceed with the project and obligate the funding. The City’s ability to obtain future funding could also be jeopardized. Cost Reduction: The costs have been reviewed by MDOT’s High Speed Rail and Innovative Project Advancement Section and found to be reasonable compared to similar services. Selection: N/A. New Project Identification: This is a new project. Zip Code: 49506-4005.

312. *PASSENGER TRANSPORTATION - Transit Consolidation Study Contract (2010-0448) between MDOT and the Southwest Michigan Planning Commission (SWMPC), in Benton Harbor, will provide federal funds and local matching funds under the FY 2009 Federal Section 5304 State Planning and Research Program for the conduct of a transit consolidation study in Berrien County. The contract will be in effect from the date of award until the last obligation between the parties has been fulfilled. The contract amount will be $184,000. Source of Funds: Federal Transit Administration (FTA) Funds - $147,000; SWMPC Funds - $37,000.

Criticality: Approval of this contract will allow SWMPC to conduct the transit consolidation study in Berrien County to streamline transit service and improve access to riders. Purpose/Business Case: To provide federal and local funds for the conduct of a transit consolidation study in Berrien County. Benefit: Improved transportation services. Funding Source: FTA Funds - $147,000; SWMPC Funds - $37,000. Commitment Level: Contract amount is based on cost estimates. Risk Assessment: The risk of not approving this contract is the loss of federal funds. Cost Reduction: Grant amount is determined by the FTA and is not negotiated. Selection: N/A. New Project Identification: This is a new project. Zip Code: 49022.

313. TRANSPORTATION PLANNING - Time Extension Amendatory Contract (2008-0483/A2) between MDOT and Pace and Partners, Inc., will extend the contract term by one year to provide sufficient time for the consultant to complete the services. The additional time is needed because the implementation of the media campaign has been put on hold. The additional time will allow the consultant and MDOT to explore alternative methods of implementation such as social media channels. The original contract provides for the development and placement of a media campaign to raise public awareness and usage of alternative transportation modes. The revised contract term will be September 4, 2008, through September 30, 2011. The contract amount remains unchanged at $212,000. Source of Funds: 80% Federal Highway Administration Funds and 20% State Restricted Trunkline Funds.

* Denotes a non-standard contract/amendment______9/14/10 Page 107

Criticality: Approval of this amendment will allow the consultant to complete the services. Without the amendment, full implementation of the nearly completed project will not be possible. Purpose/Business Case: To extend the contract term by one year to provide sufficient time for the consultant to and MDOT to explore alternative methods of implementation of the media campaign. Benefit: Will allow the implementation of the media campaign to raise awareness of alternative transportation modes. Funding Source: 80% Federal Highway Administration Funds and 20% State Restricted Trunkline Funds. Commitment Level: This contract is for a fixed amount not to exceed $212,000. Risk Assessment: If this amendment is not approved and the project is not completed, an opportunity will be lost to raise public awareness and usage of alternative transportation modes and to reduce traffic congestion and pollution, and federal funds may be lost. Cost Reduction: The contract is on a fixed rate basis. Selection: N/A for amendment; best value for original contract. New Project Identification: This is not a new project. Zip Code: 48909.

314. TRANSPORTATION PLANNING – Freight Mobility and Access Study Authorization (Z28) under Master Agreement (2009-0009) between MDOT and the Southeast Michigan Council of Governments (SEMCOG) will provide for the conduct of a freight mobility and access study for the SEMCOG area. The study will help regional planners to address freight vehicle accessibility and mobility, traffic operation, and congestion management strategies in the region. The authorization will be in effect from October 1, 2010, through September 30, 2011. The authorization amount will be $200,000. The term of the master agreement is October 1, 2008, through September 30, 2011. Source of Funds: 80% Federal Highway Administration Funds and 20% State Restricted Trunkline Funds.

Criticality: These federally authorized funds must be made available in order for the metropolitan planning organizations (MPOs) to meet federal requirements set forth in 23 CFR Part 450 and the Safe, Accountable, Flexible, Efficient Transportation Equity Act: A Legacy for Users (SAFETEA-LU). Purpose/Business Case: SEMCOG helps MDOT to manage freight movement and accessibility in Southeast Michigan. The freight mobility and access study will help local communities to better manage land use and transportation access within their boundaries. Benefit: This study will help transportation professionals and local community planners in Southeast Michigan to realize the benefits of efficient freight movement through the transportation planning process. Better access management will lead to better traffic flow along the corridors, which will reduce traffic congestion, improve air quality, and improve roadway safety. Funding Source: Dedicated federal funds that must be passed through to the MPOs per the federal regulations cited above. 80% Federal Highway Administration Funds and 20% State Restricted Trunkline Funds. Commitment Level: The cost of this project is based on the federally approved Unified Work Program (UWP) for the MPO. The UWP describes all transportation planning work activities for the fiscal year and includes budgeted dollar amounts. The work is expected to be completed in the fiscal year for which it is approved. Risk Assessment: If this authorization is not approved and the services are not performed, an opportunity could be lost to help local communities to better manage land use and transportation access, and federal funds could be lost. Cost Reduction: The costs of planning activities are negotiated by the local agency/MPO. Review and concurrence are performed at the state level, and approval is given at the federal level. The costs of planning activities/equipment are commensurate with the overall budget for the local planning agency for the fiscal year. Selection: N/A. New Project Identification: This is an ongoing program. Zip Code: 48226.

* Denotes a non-standard contract/amendment______9/14/10 Page 108

315. TRANSPORTATION PLANNING - Planning Coordination Activities Authorization (Z29) under Master Agreement (2009-0009) between MDOT and the Southeast Michigan Council of Governments (SEMCOG) will provide for the performance of three planning coordination activities from SEMCOG's fiscal year (FY) 2010-2011 Unified Work Program (UWP): project status coordination for the Transportation Improvement Program, project assistance/model application assistance, and contract management for various transportation planning grants. The authorization will be in effect from October 1, 2010, through September 30, 2011. The authorization amount will be $334,000. The term of the master agreement is October 1, 2008, through September 30, 2011. Source of Funds: 80% Federal Highway Administration Funds and 20% State Restricted Trunkline Funds.

Criticality: These federally authorized funds must be made available in order for the metropolitan planning organizations (MPOs) to meet federal requirements set forth in 23 CFR Part 450 and the Safe, Accountable, Flexible, Efficient Transportation Equity Act: A Legacy for Users (SAFETEA-LU). Purpose/Business Case: To provide for the performance of three planning coordination activities from SEMCOG's federally-approved 2009-2010 UWP. Benefit: Will provide funding for MPO activities, in compliance with federal regulations. Funding Source: Dedicated federal funds that must be passed through to the MPOs per the federal regulations cited above. 80% Federal Highway Administration Funds and 20% State Restricted Trunkline Funds. Commitment Level: The cost of this project is based on the federally approved UWP for the MPO. The UWP describes all transportation planning work activities for the fiscal year and includes budgeted dollar amounts. The work is expected to be completed in the fiscal year for which it is approved. Risk Assessment: If the authorization is not approved, the MPO may not have sufficient funding to carry out the planning coordination activities described in the federally-approved UWP, and federal funds may be lost. Cost Reduction: The costs of planning activities are negotiated by the local agency/MPO. Review and concurrence are performed at the state level, and approval is given at the federal level. The costs of planning activities/equipment are commensurate with the overall budget for the local planning agency for the fiscal year. Selection: N/A. New Project Identification: This is an ongoing program. Zip Code: 48226.

316. TRANSPORTATION PLANNING - Ozone Action Day Program Authorization (Z31) under Master Agreement (2009-0009) between MDOT and the Southeast Michigan Council of Governments (SEMCOG) will provide for the undertaking of activities to raise public awareness of the Ozone Action Day Program and expand program outreach in the urban Detroit area. SEMCOG staff will engage in promotional/educational activities with local media at community events. The authorization will be in effect from October 1, 2010, through September 30, 2011. The authorization amount will be $48,000. The term of the master agreement is October 1, 2008, through September 30, 2011. Source of Funds: 80% Federal Highway Administration Funds and 20% SEMCOG Funds.

Criticality: These federally authorized funds must be made available in order for the metropolitan planning organizations (MPOs) to meet federal requirements set forth in 23 CFR Part 450 and the Safe, accountable, Flexible, Efficient Transportation Equity Act: A Legacy for Users (SAFETEA-LU). Purpose/Business Case: SEMCOG staff will engage in promotional/educational activities with local media at community events pertaining to the Ozone Action Day Program. Benefit: Will raise public awareness of the Ozone Action Day Program in the urban Detroit area. Funding Source: Dedicated federal funds that must be passed through to the MPOs per the federal regulations cited above. 80% Federal Highway Administration Funds and 20% SEMCOG Funds.

* Denotes a non-standard contract/amendment______9/14/10 Page 109 Commitment Level: The cost of this project is based on the federally-approved Unified Work Program (UWP) for the MPO. The UWP describes all transportation planning work activities for the fiscal year and includes budgeted dollar amounts. The costs of projects are based on the budgeted amounts in the current UWP for the MPO, and the work is expected to be completed in the fiscal year for which it is approved. Risk Assessment: If the authorization is not approved, an opportunity could be lost to raise public awareness of the Ozone Action Day Program in the urban Detroit area, and federal funds may be lost. Cost Reduction: The costs of planning activities are negotiated by the local agency/MPO. Review and concurrence are performed at the state level, and approval is given at the federal level. The costs of planning activities/equipment are commensurate with the overall budget for the local planning agency for the fiscal year. Selection: N/A. New Project Identification: This is an ongoing program. Zip Code: 48226.

317. TRANSPORTATION PLANNING – Heritage Route Corridor Management Plan Authorization (Z19) under Master Agreement (2009-0025) between MDOT and Western Upper Peninsula Planning & Development Regional Commission (WUPPDR) will provide for the implementation of the Heritage Route Corridor Management Plan for US-41. The project will promote greater awareness of and appreciation for the natural and cultural resources of the area to attract visitors, economic activity, and new businesses. The authorization will be in effect from October 1, 2010, through September 30, 2011. The authorization amount will be $81,800. The term of the master agreement is from October 1, 2008, through September 30, 2011. Source of Funds: 80% Federal Highway Administration Funds and 20% WUPPDR Funds.

This authorization was previously approved by the State Administrative Board at its August 17, 2010, meeting for the incorrect amount of $30,000. The correct authorization amount is $81,800.

Criticality: The regional planning organizations (RPOs) are authorized under Public Act 28 of 1945; funding is authorized under Public Act 51 of 1951. Purpose/Business Case: To provide for the implementation of the Heritage Route Corridor Management Plan for US-41, Copper County. Benefit: This project will support the transportation, land use, and economic development opportunities inherent in the designated Michigan Heritage Route. Funding Source: 80% Federal Highway Administration Funds and 20% WUPPDR Funds. Commitment Level: RPO costs are fixed and limited by line item appropriation. Risk Assessment: If the authorization is not approved, an opportunity will be lost to support transportation, land use, and economic development opportunities for the designated Michigan Heritage Route. Cost Reduction: The cost of funding the RPO program is fixed by the state legislature. Cost reductions can only occur through legislation. Selection: N/A. New Project Identification: This is an ongoing program. Zip Code: 49931.

* Denotes a non-standard contract/amendment______9/14/10 Page 110

318. *TRANSPORTATION PLANNING - IDS University Research Services Contract (2010-0468) between MDOT and Michigan Technological University will provide for research and development services to assist MDOT in maintaining the federal aid system of roads and bridges in Michigan to be performed on an as needed/when needed basis. The contract will be in effect from the date of award through four years. The maximum contract amount will be $3,500,000, and the maximum amount of any authorization will be $750,000. Authorizations over $25,000 will be submitted to the State Administrative Board for approval. Source of Funds: Federal, Restricted State, or local funds, depending on the particular project authorized.

319. TRANSPORTATION PLANNING - IDS 2011 TAMC Activities Authorization (Z1) under Contract (2010-0468) between MDOT, on behalf of the Transportation Asset Management Council (TAMC), and Michigan Technological University (MTU) will provide for the ongoing maintenance and development of a strategic analysis model for use by the TAMC. The project includes reviewing data and quality control results and integrating pavement surface valuation and rating (PASER) data into RoadSoft, a pavement management system. The authorization will be in effect from the date of award through September 30, 2011. The authorization amount will be $124,759. Source of Funds: 100% State Restricted Michigan Transportation Funds.

Criticality: The TAMC is required by state law to recommend strategies for the upkeep and maintenance of Michigan's roads and bridges. The RoadSoft model and PASER data is used to aid the TAMC in this critical activity. Purpose/Business Case: To comply with MCL 247.659a, which requires the TAMC to recommend a statewide asset management strategy to the State Transportation Commission and the Michigan legislature. The use of a computer model is required for the development of such a strategy, and the TAMC has chosen RoadSoft as the model to be used. Benefit: The strategic analysis model is a critical element in the ongoing partnership between MDOT and the local road agencies to institute asset management on a statewide basis. This tool will provide for better decision making and will provide the legislature with a better understanding of the effects of current funding levels on the conditions of Michigan roads and bridges. Funding Source: 100% State Restricted Michigan Transportation Funds. Commitment Level: The authorization is for a fixed amount not to exceed $124,759. Risk Assessment: If the authorization is not approved, ongoing development will cease, and enhanced functionality will not be added to the software. This would cause problems for the local road agencies, because requested functionalities would not be built into the system. The TAMC would then have to develop a different method of estimating future conditions in order to fulfill the legislative mandate. Cost Reduction: The cost was reviewed by the TAMC for appropriateness and cost reductions. Selection: N/A. New Project Identification: This is not a new project. Zip Code: 49931.

* Denotes a non-standard contract/amendment______9/14/10 Page 111

SUB CONTRACTS

320. Pyramid Paving Company Low Bid: $ 97,559.90 1415 West Center Road Engineer’s Estimate: $ 105,820.00 Suite E-105 Over/Under: - 7.8% Essexville, MI 48732

Description of Work: Asphalt Overlay

Approval is requested to authorize the Huron County Road Commission to award a subcontract for milling, asphalt paving, and pavement marking on M-142 in Huron County. The project was advertised, and two bids were received. The lowest bidder was selected. The County has found the costs to be reasonable and competitive with costs in surrounding counties. The subcontract will be in effect from the date of award through September 30, 2011. Source of Funds: 100% State Restricted Trunkline Funds.

Criticality: If the services are not performed, the road will continue to deteriorate and the risk of accidents will increase. The surface of this road is in poor condition and deteriorating quickly. Purpose/Business Case: To provide for milling, asphalt paving, and pavement marking along M-142 in Huron County. Benefit: The subcontract will provide for a safer roadway. Funding Source: 100% State Restricted Trunkline Funds. Commitment Level: This contract is based on low bid. In cases of necessity, extra work and overruns may be authorized by MDOT without prior approval of the State Administrative Board (SAB) pursuant to the requirements of the SAB resolution. Risk Assessment: If work is not performed, the roadway could become hazardous. Cost Reduction: The project was competitively bid and advertised; the low bidder was selected. Selection: Low bid. New Project Identification: This is routine maintenance and not a new project. Zip Code: 48732.

321. Rieth Riley Construction Co., Inc. Amount Not to Exceed: $ 141,000 P.O. Box 1173 Engineer’s Estimate: $ 179,334 Big Rapids, MI 49307 Over/Under: - 21.4%

Description of Work: Hot Mix Asphalt Paving

Approval is requested to authorize the Mecosta County Road Commission to award a subcontract for hot mix asphalt paving of a detour route for the upcoming M-20 reconstruction project in Mecosta County. The project was advertised, and four bids were received. The lowest bidder was selected. The County has found the costs to be reasonable and competitive with costs in surrounding counties. The subcontract will be in effect from the date of award through October 1, 2010. Source of Funds: 100% State Restricted Trunkline Funds.

Criticality: 90th Avenue is going to be used as a detour route and needs to be in better condition to handle the additional traffic. Purpose/Business Case: To provide for hot mix asphalt paving of 90th Avenue as the detour route for the upcoming M-20 reconstruction project in Mecosta County. Benefit: Will provide for a safer roadway. Funding Source: 100% State Restricted Trunkline Funds. * Denotes a non-standard contract/amendment______9/14/10 Page 112 Commitment Level: This contract is based on low bid. In cases of necessity, extra work and overruns may be authorized by MDOT without prior approval of the State Administrative Board (SAB) pursuant to the requirements of the SAB resolution. Risk Assessment: If work is not performed, the roadway could become hazardous. Cost Reduction: The project was competitively bid and advertised; the low bidder was selected. Selection: Low bid. New Project Identification: This is routine maintenance and not a new project. Zip Code: 49307.

322. Uretek USA, Inc. Low Bid: $ 249,089 3412 South Lakeshore Drive Engineer’s Estimate: $ 250,000 St. Joseph, MI 49085 Over/Under: - .36%

Description of Work: Soil Stabilization and Concrete Lifting

Approval is requested to authorize the Ottawa County Road Commission to award a subcontract for soil stabilization and lifting of concrete pavement on M-6 in Ottawa County. The project was advertised, and three bids were received. The lowest bidder was selected. The County has found the costs to be reasonable and competitive with costs in surrounding counties. The subcontract will be in effect from the date of award through October 31, 2010. Source of Funds: 100% State Restricted Trunkline Funds.

Criticality: If the services are not performed, the soil will continue to erode and settle, compromising the integrity of the road, and the risk of accidents will increase. This area has settled significantly and needs to be lifted back to its proper height. Purpose/Business Case: To provide for soil stabilization and lifting of concrete pavement to restore the original profile. Work will include lifting asphalt shoulders, curbing, and guardrail on M-6 in Ottawa County. Benefit: The subcontract will provide for a safer roadway. Funding Source: 100% State Restricted Trunkline Funds. Commitment Level: This contract is based on low bid. In cases of necessity, extra work and overruns may be authorized by MDOT without prior approval of the State Administrative Board (SAB) pursuant to the requirements of the SAB resolution. Risk Assessment: If work is not performed, the roadway could become hazardous. Cost Reduction: The project was competitively bid and advertised; the low bidder was selected. Selection: Low bid. New Project Identification: This is routine maintenance and not a new project. Zip Code: 49085.

* Denotes a non-standard contract/amendment______9/14/10 Page 113 PRE-APPROVALS

BID LETTING

LOCAL PROJECTS

323. LETTING OF SEPTEMBER 24, 2010 ENGINEER ESTIMATE PROPOSAL 1009603 $ 1,057,675.70 PROJECT ARU 50458-106739, ETC LOCAL AGRMT. 10-5597 START DATE - 10 days after award COMPLETION DATE - JUNE 30, 2011

1.02 mi of cold milling hot mix asphalt surfacing and concrete curb and gutter on Chicago Road from 13 Mile Road to Van Dyke Road and from Mound Road to 13 Mile Road in the city of Warren, Macomb County.

This project is funded with American Recovery and Reinvestment Act funds.

5.00 % DBE participation required

324. LETTING OF OCTOBER 01, 2010 ENGINEER ESTIMATE PROPOSAL 1010006 $ 1,110,950.50 PROJECT ARUL 77475-106795 LOCAL AGRMT. 10-5608 START DATE - JULY 05, 2011 COMPLETION DATE - MAY 31, 2012

0.86 mi of earth excavation, aggregate base, hot mix asphalt cold milling and surfacing, drainage improvements, and safety upgrades on Gratiot Avenue from Airport Road to I-94BL, St. Clair County.

This project is funded with American Recovery and Reinvestment Act funds.

4.00 % DBE participation required

______9/14/10 Page 114

BID LETTING

STATE PROJECTS

325. LETTING OF AUGUST 06, 2010 ENG. EST. LOW BID PROPOSAL 1008046 $ 521,853.27 $ 673,069.09 PROJECT BHN 11057-106514 LOCAL AGRMT. % OVER/UNDER EST. START DATE - SEPTEMBER 07, 2010 COMPLETION DATE - JUNE 17, 2011 28.98 %

Replacement of modular expansion joints, bridge approach reconstruction, and maintaining traffic on US-31 northbound and southbound over the St. Joseph River, Berrien County.

3.00 % DBE participation required

BIDDER AS-SUBMITTED AS-CHECKED

Davis Construction, Inc. $ 673,069.09 Same 1 ** C. A. Hull Co., Inc. $ 705,607.65 Same 2 J. Slagter & Son Construction Co. $ 721,465.72 Same 3 Anlaan Corporation $ 727,890.02 Same 4 L. W. Lamb, Inc. $ 790,263.11 Same 5 Walter Toebe Construction Company

5 Bidders

Criticality: This construction project will create or retain jobs within the State of Michigan. Delaying the project would adversely impact employment in the State. This construction project is adding improvements to the existing roadway system, thereby increasing the safety of the roadway, improving access to tourists visiting Michigan, and/or improving commerce across the State. Delaying the project will adversely impact these necessary components of Michigan's economy, as well as to the traveling public. Delays to the project would jeopardize federal funds that are allocated to the State of Michigan. Purpose/Business Case: MDOT’s Bridge Preservation Program focuses on repairing the worst bridges first and extending the life of bridges to keep them in good condition. Benefit: MDOT attempts to maximize benefits by using an asset management philosophy that develops programs that are prioritized projects based on such factors as traffic volume, cost/benefit, ride quality, safety, user savings, maintenance savings, and condition of bridges. Funding Source: 106514A Federal Highway Administration Funds 80.00 % State Restricted Trunkline Funds 20.00 % Commitment Level: The contract cost is not fixed. It is based on the engineer’s best estimate of probable construction cost. The contract’s final cost will be based on actual quantities built in the field and unit prices bid by the contractor. Risk Assessment: The deterioration of the existing State trunkline bridges, reduced safety, and increased vehicle maintenance and operational costs to the motoring public. Cost Reduction: Reduced roadway maintenance costs. ______9/14/10 Page 115 New Project Identification: Rehabilitation. Selection: Low bid. Zip Code: 49107.

326. LETTING OF AUGUST 06, 2010 ENG. EST. LOW BID PROPOSAL 1008052 $ 807,353.38 $ 888,588.06 PROJECT ST 73051-90118 LOCAL AGRMT. % OVER/UNDER EST. START DATE - JUNE 13, 2011 COMPLETION DATE - SEPTEMBER 02, 2011 10.06 %

Bridge removal and replacement, hot mix asphalt approach work, and maintaining traffic on M-13 over King Drain, Saginaw County.

5.00 % DBE participation required

BIDDER AS-SUBMITTED AS-CHECKED

Davis Construction, Inc. $ 888,588.06 Same 1 ** Milbocker and Sons, Inc. $ 947,862.63 Same 2 Novak Construction $ 1,054,193.00 Same 3 J. E. Kloote Contracting, Inc. $ 1,078,045.45 Same 4 Dan's Excavating, Inc. $ 1,141,355.79 Same 5 E.T. MacKenzie Company $ 1,142,951.50 Same 6 Anlaan Corporation $ 1,151,854.32 Same 7 S-L and H Contractors Incorporated $ 1,191,954.90 Same 8 Walter Toebe Construction Company Nashville Construction Company J. Slagter & Son Construction Co. Hardman Construction, Inc. Posen Construction, Inc.

8 Bidders

Criticality: This construction project will create or retain jobs within the State of Michigan. Delaying the project would adversely impact employment in the State. This construction project is adding improvements to the existing roadway system, thereby increasing the safety of the roadway, improving access to tourists visiting Michigan, and/or improving commerce across the State. Delaying the project will adversely impact these necessary components of Michigan's economy, as well as to the traveling public. Delays to the project would jeopardize federal funds that are allocated to the State of Michigan. Purpose/Business Case: MDOT’s Bridge Preservation Program focuses on repairing the worst bridges first and extending the life of bridges to keep them in good condition. Benefit: MDOT attempts to maximize benefits by using an asset management philosophy that develops programs that are prioritized projects based on such factors as traffic volume, cost/benefit, ride quality, safety, user savings, maintenance savings, and condition of bridges. Funding Source: 90118A Federal Highway Administration Funds 81.85 % State Restricted Trunkline Funds 18.15 %

______9/14/10 Page 116 Commitment Level: The contract cost is not fixed. It is based on the engineer’s best estimate of probable construction cost. The contract’s final cost will be based on actual quantities built in the field and unit prices bid by the contractor. Risk Assessment: The deterioration of the existing State trunkline bridges, reduced safety, and increased vehicle maintenance and operational costs to the motoring public. Cost Reduction: Reduced roadway maintenance costs. New Project Identification: Rehabilitation. Selection: Low bid. Zip Code: 48663.

327. LETTING OF AUGUST 06, 2010 ENG. EST. LOW BID PROPOSAL 1008104 $ 834,704.53 $ 1,098,472.05 PROJECT BHT 48034-83343 LOCAL AGRMT. % OVER/UNDER EST. START DATE - 10 days after award COMPLETION DATE - AUGUST 26, 2011 31.60 %

Culvert replacement and approach work on M-123 over Murphy Creek, Luce County.

0.00 % DBE participation required

BIDDER AS-SUBMITTED AS-CHECKED

Anlaan Corporation $ 1,098,472.05 Same 1 ** Hebert Construction Co. $ 1,331,072.39 Same 2 J. Slagter & Son Construction Co. Bacco Construction Company Snowden, Inc. A. Lindberg & Sons, Inc.

2 Bidders

Criticality: This construction project will create or retain jobs within the State of Michigan. Delaying the project would adversely impact employment in the State. This construction project is adding improvements to the existing roadway system, thereby increasing the safety of the roadway, improving access to tourists visiting Michigan, and/or improving commerce across the State. Delaying the project will adversely impact these necessary components of Michigan's economy, as well as to the traveling public. Delays to the project would jeopardize federal funds that are allocated to the State of Michigan. Purpose/Business Case: MDOT’s Bridge Preservation Program focuses on repairing the worst bridges first and extending the life of bridges to keep them in good condition. Benefit: MDOT attempts to maximize benefits by using an asset management philosophy that develops programs that are prioritized projects based on such factors as traffic volume, cost/benefit, ride quality, safety, user savings, maintenance savings, and condition of bridges. Funding Source: 83343A Federal Highway Administration Funds 80.00 % State Restricted Trunkline Funds 20.00 %

______9/14/10 Page 117 Commitment Level: The contract cost is not fixed. It is based on the engineer’s best estimate of probable construction cost. The contract’s final cost will be based on actual quantities built in the field and unit prices bid by the contractor. Risk Assessment: The deterioration of the existing State trunkline bridges, reduced safety, and increased vehicle maintenance and operational costs to the motoring public. Cost Reduction: Reduced roadway maintenance costs. New Project Identification: Rehabilitation. Selection: Low bid. Zip Code: 49868.

328. LETTING OF SEPTEMBER 03, 2010 ENG. EST. LOW BID PROPOSAL 1009010 $ 726,770.10 $ 587,770.52 PROJECT STG 84915-103605 LOCAL AGRMT. % OVER/UNDER EST. START DATE - OCTOBER 04, 2010 COMPLETION DATE - SEPTEMBER 30, 2011 -19.13 %

Traffic signal modernization for thirteen (13) locations in the cities of Bangor, Cassopolis, Dowagiac, Edwardsburg, and Niles, in Berrien, Cass, and Van Buren Counties.

0.00 % DBE participation required

BIDDER AS-SUBMITTED AS-CHECKED

Delta Electrical Contractors $ 587,770.52 Same 1 ** Martell Electric, LLC $ 630,208.24 Same 2 Rauhorn Electric, Inc. $ 638,678.75 Same 3 J. Ranck Electric, Inc. $ 672,293.45 Same 4 D V T Electric, Inc $ 674,399.20 Same 5 Strain Electric Company $ 682,966.47 Same 6 J.R. Howell; Airport Lighting, LLC $ 702,976.94 $ 702,936.94 7 Metropolitan Power and Lighting $ 709,525.72 Same 8 Severance Electric Co., Inc. $ 734,136.07 Same 9 Motor City Electric Utilities Comp

9 Bidders

Criticality: This construction project will create or retain jobs within the State of Michigan. Delaying the project would adversely impact employment in the State. This construction project is adding improvements to the existing roadway system, thereby increasing the safety of the roadway, improving access to tourists visiting Michigan, and/or improving commerce across the State. Delaying the project will adversely impact these necessary components of Michigan's economy, as well as to the traveling public. Delays to the project would jeopardize federal funds that are allocated to the State of Michigan. Purpose/Business Case: The Traffic and Safety Program preserves the integrity of MDOT’s safety assets and addresses spot locations on the trunkline system exhibiting a correctable pattern through a strategy of cost-effective treatments. Benefit: Treatments reduce traffic accidents and injuries, vehicle delay, fuel consumption, pollution, and operating costs by increasing the safety, efficiency, and capacity of the trunkline system.

______9/14/10 Page 118 Funding Source: 103605A Federal Highway Administration Funds 100 % Commitment Level: The contract cost is not fixed. It is based on the engineer’s best estimate of probable construction cost. The contract’s final cost will be based on actual quantities built in the field and unit prices bid by the contractor. Risk Assessment: There is a greater risk of accidents and injuries by not implementing safety treatments. Cost Reduction: Reduced motorists operating costs with increased safety, efficiency, and capacity. Reduced maintenance costs of MDOT’s safety assets. New Project Identification: Sign upgrade. Selection: Low Bid. Zip Code: 49022.

329. LETTING OF SEPTEMBER 03, 2010 ENG. EST. LOW BID PROPOSAL 1009021 $ 3,602,139.23 $ 2,925,651.29 PROJECT IM 19022-101605 LOCAL AGRMT. % OVER/UNDER EST. START DATE - OCTOBER 04, 2010 COMPLETION DATE - JULY 29, 2011 -18.78 %

Rest area building reconstruction, ramp grading, parking lot expansion, site work and sanitary sewer on I-96 at the Grand Ledge rest area, Clinton County.

8.00 % DBE participation required

BIDDER AS-SUBMITTED AS-CHECKED

Mead Bros. Excavating Inc. $ 2,925,651.29 Same 1 ** Hoffman Bros., Inc. $ 2,972,823.97 Same 2 Kamminga & Roodvoets, Inc. $ 2,978,224.29 Same 3 D. J. McQuestion & Sons, Inc. $ 3,084,107.99 Same 4 E.T. MacKenzie Company $ 3,090,453.42 Same 5 Dan's Excavating, Inc. $ 3,094,972.06 Same 6 Site Development, Inc. $ 3,161,484.99 $ 3,161,406.99 7 C L Trucking & Excavating, LLC $ 3,198,075.28 Same 8 Fonson, Inc. $ 3,294,732.63 Same 9 Bailey Excavating, Inc. $ 3,309,206.30 $ 3,308,881.30 10 Nashville Construction Company $ 3,323,982.44 Same 11 Zito Construction $ 3,661,446.00 Same 12 Rohde Bros. Excavating, Inc. $ 3,662,490.00 Same 13 Milbocker and Sons, Inc. C & D Hughes, Inc. Davis Construction, Inc. Schippers Excavating, Inc. Rieth-Riley Construction Co., Inc. Fisher Contracting Company L.J. Construction, Inc.

13 Bidders

______9/14/10 Page 119 Criticality: This construction project will create or retain jobs within the State of Michigan. Delaying the project would adversely impact employment in the State. This construction project is adding improvements to the existing roadway system, thereby increasing the safety of the roadway, improving access to tourists visiting Michigan, and/or improving commerce across the State. Delaying the project will adversely impact these necessary components of Michigan's economy, as well as to the traveling public. Delays to the project would jeopardize federal funds that are allocated to the State of Michigan. Purpose/Business: Replacement of the rest area building, site work and grading at the Grand Ledge Rest Area #825. The primary goal of rest area development is to establish and maintain a comprehensive system responsive to safety and service needs of commercial and recreational motorists. Benefit: The existing building is thirty years old and does not meet current ADA standards, and is insufficient for the volume of travelers who annually use the facility. Therefore a new building and site plan are needed. Funding Source: 101605A Federal Highway Administration Funds 90.00 % State Restricted Trunkline Funds 10.00 % Commitment Level: The contract cost is not fixed. It is based on the engineer’s best estimate of probable construction cost. The contract’s final cost will be based on actual quantities built in the field and unit prices bid by the contractor. Risk Assessment: Rest area buildings were constructed with an estimated life expectancy of 20 to 25 years. The building fixture counts, accessibility guidelines, parking standards, and sewage disposal systems have since worn out and require replacement. New buildings are sized to accommodate the increased traffic, provide barrier-free access, and provide sewage and water systems that meet current standards. Without replacement or expansion, these facilities would cease to provide service. Cost Reduction: Many of our facilities are old and exceeded their originally designed life expectancy. New buildings are designed to be more efficient and therefore are cheaper to maintain and operate. MDOT is reviewing the new federal spacing criteria that permits the Department to eliminate two facilities and replace with one, thus saving development, operating, and maintenance dollars. New Project Identification: Reconstruction. Zip Code: 48837.

______9/14/10 Page 120

330. LETTING OF SEPTEMBER 03, 2010 ENG. EST. LOW BID PROPOSAL 1009033 $ 45,486.33 $ 47,911.75 PROJECT M 17071-110454 LOCAL AGRMT. % OVER/UNDER EST. START DATE - 10 days after award COMPLETION DATE - OCTOBER 22, 2010 5.33 %

0.07 mi of truck safety turnout, earth excavation, subbase, aggregate base, hot mix asphalt, and restoration on M-129 northbound north of M-48, Chippewa County.

0.00 % DBE participation required

BIDDER AS-SUBMITTED AS-CHECKED

Payne & Dolan Inc. $ 47,911.75 Same 1 ** Rieth-Riley Construction Co., Inc. $ 48,965.75 Same 2 Bacco Construction Company $ 58,034.00 Same 3 Oberstar Inc. Tri-City Groundbreakers, Inc. Burkett Excavating Wonsey Tree Service, Inc. A. Lindberg & Sons, Inc.

3 Bidders

Criticality: This construction project will create or retain jobs within the State of Michigan. Delaying the project would adversely impact employment in the State. This construction project is adding improvements to the existing roadway system, thereby increasing the safety of the roadway, improving access to tourists visiting Michigan, and/or improving commerce across the State. Delaying the project will adversely impact these necessary components of Michigan's economy, as well as to the traveling public. Purpose/Business Case: MDOT’s Road Preservation Program goal focuses on repairing the worst roads first and extending the life of other identified roads to keep them in good condition. Benefit: MDOT attempts to maximize the benefits of road preservation by using an asset management philosophy to develop programs that are prioritized based on such factors as traffic volume, cost/benefit, ride quality, pavement condition, safety, user savings, maintenance savings, and condition. Funding Source: 110454A State Restricted Trunkline Funds 100 % Commitment Level: The contract cost is not fixed. It is based on the engineer’s best estimate of probable construction cost. The contract’s final cost will be based on actual quantities built in the field and unit prices bid by the contractor. Risk Assessment: The deterioration of the existing State trunkline network, reduced safety, and increased vehicle maintenance and operational costs to the motoring public. Cost Reduction: Reduced roadway maintenance costs. New Project Identification: Rehabilitation. Selection: Low bid. Zip Code: 49774.

______9/14/10 Page 121

331. LETTING OF SEPTEMBER 03, 2010 ENG. EST. LOW BID PROPOSAL 1009041 $ 5,714,310.94 $ 3,655,812.32 PROJECT CM 82022-100725, ETC LOCAL AGRMT. % OVER/UNDER EST. START DATE - OCTOBER 04, 2010 COMPLETION DATE - JUNE 08, 2012 -36.02 %

36.56 mi of communications, CCTV, DMS work, and microwave detection upgrading of the Michigan Intelligent Transportation System on I-94 from the Washtenaw County line easterly to Moross Road in the cities of Taylor, Romulus, Allen Park, Dearborn and Detroit, Wayne County.

0.00 % DBE participation required

BIDDER AS-SUBMITTED AS-CHECKED

Motor City Electric Utilities Comp $ 3,655,812.32 Same 1 ** Rauhorn Electric, Inc. $ 4,289,006.96 Same 2 RMD Holdings, Ltd. $ 4,311,070.87 Same 3 J. Ranck Electric, Inc. $ 4,767,692.62 Same 4 Martell Electric, LLC Metropolitan Power and Lighting

4 Bidders

Criticality: This construction project will create or retain jobs within the State of Michigan. Delaying the project would adversely impact employment in the State. This construction project is adding improvements to the existing roadway system, thereby increasing the safety of the roadway, improving access to tourists visiting Michigan, and/or improving commerce across the State. Delaying the project will adversely impact these necessary components of Michigan's economy, as well as to the traveling public. Delays to the project would jeopardize federal funds that are allocated to the State of Michigan. Purpose/Business Case: The Congestion Mitigation and Air Quality (CMAQ) Program funds transportation projects that will contribute to attainment or maintenance of the National Ambient Air Quality Standards (NAAQS) for ozone and carbon monoxide. Safe, Accountable, Flexible, and Efficient Transportation Act: A Legacy for Users also allows CMAQ funding to be expended in particulate matter(PM) non-attainment and maintenance areas. Benefit: Reduction in transportation related emissions. Funding Source: 100725A Federal Highway Administration Funds 80.00 % State Restricted Trunkline Funds 20.00 % 107951A Federal Highway Administration Funds 80.00 % State Restricted Trunkline Funds 20.00 % Commitment Level: The contract cost is not fixed. It is based on the engineer’s best estimate of probable construction cost. The contract’s final cost will be based on actual quantities built in the field and unit prices bid by the contractor. Risk Assessment: Loss of federal funds and continued non-attainment in air quality. Cost Reduction: Less congestion and reduced maintenance costs.

______9/14/10 Page 122 New Project Identification: Rehabilitation. Selection: Low bid. Zip Code: 48075.

332. LETTING OF SEPTEMBER 03, 2010 ENG. EST. LOW BID PROPOSAL 1009046 $ 255,017.58 $ 196,390.03 PROJECT ST 14011-107082 LOCAL AGRMT. % OVER/UNDER EST. START DATE - OCTOBER 04, 2010 COMPLETION DATE - OCTOBER 29, 2010 -22.99 %

3.18 mi of resurfacing and pavement markings on the M-51 detour route on Crystal Springs Street from Champlain Road easterly to M-51, on Champlain Road from Crystal Springs Street northerly to Peavine Street, and on Peavine Street from Champlain Road easterly to M-51, Cass County.

0.00 % DBE participation required

BIDDER AS-SUBMITTED AS-CHECKED

Rieth-Riley Construction Co., Inc. $ 196,390.03 Same 1 ** Michigan Paving and Materials Comp $ 208,353.20 Same 2

2 Bidders

Criticality: This construction project will create or retain jobs within the State of Michigan. Delaying the project would adversely impact employment in the State. This construction project is adding improvements to the existing roadway system, thereby increasing the safety of the roadway, improving access to tourists visiting Michigan, and/or improving commerce across the State. Delaying the project will adversely impact these necessary components of Michigan's economy, as well as to the traveling public. Delays to the project would jeopardize federal funds that are allocated to the State of Michigan. Purpose/Business Case: MDOT’s Road Preservation Program goal focuses on repairing the worst roads first and extending the life of other identified roads to keep them in good condition. Benefit: MDOT attempts to maximize the benefits of road preservation by using an asset management philosophy to develop programs that are prioritized based on such factors as traffic volume, cost/benefit, ride quality, pavement condition, safety, user savings, maintenance savings, and condition. Funding Source: 107082A Federal Highway Administration Funds 81.85 % State Restricted Trunkline Funds 18.15 % Commitment Level: The contract cost is not fixed. It is based on the engineer’s best estimate of probable construction cost. The contract’s final cost will be based on actual quantities built in the field and unit prices bid by the contractor. Risk Assessment: The deterioration of the existing State trunkline network, reduced safety, and increased vehicle maintenance and operational costs to the motoring public. Cost Reduction: Reduced roadway maintenance costs. New Project Identification: Rehabilitation. Selection: Low bid. Zip Code: 49047.

______9/14/10 Page 123 333. LETTING OF SEPTEMBER 03, 2010 ENG. EST. LOW BID PROPOSAL 1009056 $ 406,713.73 $ 373,791.84 PROJECT STG 84912-103606 LOCAL AGRMT. % OVER/UNDER EST. START DATE - OCTOBER 18, 2010 COMPLETION DATE - JUNE 03, 2011 -8.09 %

Traffic signal upgrading and concrete curb, gutter, sidewalk, and ADA ramps at 8 locations on M-22, US-31, M-72, M-137, and US-131 in the village of Kalkaska, Benzie, Grand Traverse, and Kalkaska Counties.

0.00 % DBE participation required

BIDDER AS-SUBMITTED AS-CHECKED

J. Ranck Electric, Inc. $ 373,791.84 Same 1 ** Strain Electric Company $ 389,881.53 Same 2 Delta Electrical Contractors $ 396,607.89 Same 3 J.R. Howell; Airport Lighting, LLC $ 412,553.93 Same 4 Metropolitan Power and Lighting $ 437,180.00 Same 5 Rauhorn Electric, Inc. $ 460,698.15 Same 6 D V T Electric, Inc Severance Electric Co., Inc. Martell Electric, LLC

6 Bidders

Criticality: This construction project will create or retain jobs within the State of Michigan. Delaying the project would adversely impact employment in the State. This construction project is adding improvements to the existing roadway system, thereby increasing the safety of the roadway, improving access to tourists visiting Michigan, and/or improving commerce across the State. Delaying the project will adversely impact these necessary components of Michigan's economy, as well as to the traveling public. Delays to the project would jeopardize federal funds that are allocated to the State of Michigan. Purpose/Business Case: The Traffic and Safety Program preserves the integrity of MDOT’s safety assets and addresses spot locations on the trunkline system exhibiting a correctable pattern through a strategy of cost-effective treatments. Benefit: Treatments reduce traffic accidents and injuries, vehicle delay, fuel consumption, pollution, and operating costs by increasing the safety, efficiency, and capacity of the trunkline system. Funding Source: 103606A Federal Highway Administration Funds 100 % Commitment Level: The contract cost is not fixed. It is based on the engineer’s best estimate of probable construction cost. The contract’s final cost will be based on actual quantities built in the field and unit prices bid by the contractor. Risk Assessment: There is a greater risk of accidents and injuries by not implementing safety treatments. Cost Reduction: Reduced motorists operating costs with increased safety, efficiency, and capacity. Reduced maintenance costs of MDOT’s safety assets. New Project Identification: Sign upgrade. Selection: Low Bid. Zip Code: 49738 Region Wide. ______9/14/10 Page 124

334. LETTING OF SEPTEMBER 03, 2010 ENG. EST. LOW BID PROPOSAL 1009057 $ 316,192.55 $ 253,270.64 PROJECT NHG 82105-109043 LOCAL AGRMT. % OVER/UNDER EST. START DATE - 10 days after award COMPLETION DATE - DECEMBER 23, 2010 -19.90 %

4.06 mi of freeway sign upgrading on M-8 from I-96 easterly to Oakland Street in the cities of Detroit and Highland Park, Wayne County.

0.00 % DBE participation required

BIDDER AS-SUBMITTED AS-CHECKED

Highway Service Company, Inc. $ 253,270.64 Same 1 ** Action Traffic Maintenance, Inc. $ 263,982.94 Same 2 J. Ranck Electric, Inc. $ 294,302.46 Same 3 Martell Electric, LLC $ 344,397.17 Same 4 J & J Contracting, Inc. RMD Holdings, Ltd.

4 Bidders

Criticality: This construction project will create or retain jobs within the State of Michigan. Delaying the project would adversely impact employment in the State. This construction project is adding improvements to the existing roadway system, thereby increasing the safety of the roadway, improving access to tourists visiting Michigan, and/or improving commerce across the State. Delaying the project will adversely impact these necessary components of Michigan's economy, as well as to the traveling public. Delays to the project would jeopardize federal funds that are allocated to the State of Michigan. Purpose/Business Case: The Traffic and Safety Program preserves the integrity of MDOT’s safety assets and addresses spot locations on the trunkline system exhibiting a correctable pattern through a strategy of cost-effective treatments. Benefit: Treatments reduce traffic accidents and injuries, vehicle delay, fuel consumption, pollution, and operating costs by increasing the safety, efficiency, and capacity of the trunkline system. Funding Source: 109043A Federal Highway Administration Funds 100 % Commitment Level: The contract cost is not fixed. It is based on the engineer’s best estimate of probable construction cost. The contract’s final cost will be based on actual quantities built in the field and unit prices bid by the contractor. Risk Assessment: There is a greater risk of accidents and injuries by not implementing safety treatments. Cost Reduction: Reduced motorists operating costs with increased safety, efficiency, and capacity. Reduced maintenance costs of MDOT’s safety assets. New Project Identification: Sign upgrade. Selection: Low Bid. Zip Code: 48216.

______9/14/10 Page 125

335. LETTING OF SEPTEMBER 03, 2010 ENG. EST. LOW BID PROPOSAL 1009059 $ 274,591.04 $ 226,114.69 PROJECT STUT 28021-110017 LOCAL AGRMT. % OVER/UNDER EST. START DATE - OCTOBER 11, 2010 COMPLETION DATE - 6 working days -17.65 %

2.63 mi of hot mix asphalt cold milling, resurfacing, and pavement and shoulder repairs on M-113 from Summit City Road to Knight Road, Grand Traverse County. This project includes a 3 year materials and workmanship pavement warranty.

A 2010 highway preventive maintenance project.

0.00 % DBE participation required

BIDDER AS-SUBMITTED AS-CHECKED

Rieth-Riley Construction Co., Inc. $ 226,114.69 Same 1 ** Elmer's Crane and Dozer, Inc. $ 238,215.00 Same 2

2 Bidders

Criticality: This construction project will create or retain jobs within the State of Michigan. Delaying the project would adversely impact employment in the State. This construction project is adding improvements to the existing roadway system, thereby increasing the safety of the roadway, improving access to tourists visiting Michigan, and/or improving commerce across the State. Delaying the project will adversely impact these necessary components of Michigan's economy, as well as to the traveling public. Delays to the project would jeopardize federal funds that are allocated to the State of Michigan. Purpose/Business Case: The Capital Preventive Maintenance Program preserves the structural integrity and extends the service life of the State trunkline system through a planned strategy of cost-effective maintenance treatments to the existing roadway system. Benefit: These treatments delay future deterioration, and maintain or improve the functional condition of the system resulting in longer pavement surface life, thereby delaying the need for more expensive rehabilitation or reconstruction treatments. Funding Source: 110017A Federal Highway Administration Funds 81.85 % State Restricted Trunkline Funds 18.15 % Commitment Level: The contract cost is not fixed. It is based on the engineer’s best estimate of probable construction cost. The contract’s final cost will be based on actual quantities built in the field and unit prices bid by the contractor. Risk Assessment: There is a greater risk of injury/accidents due to existing surface conditions. Cost Reduction: Lower vehicle maintenance costs. New Project Identification: Maintenance. Selection: Low bid. Zip Code: 49649.

______9/14/10 Page 126

336. LETTING OF SEPTEMBER 03, 2010 ENG. EST. LOW BID PROPOSAL 1009061 $ 170,800.13 $ 203,975.96 PROJECT BHI 58091-109724 LOCAL AGRMT. % OVER/UNDER EST. START DATE - 10 days after award COMPLETION DATE - NOVEMBER 12, 2010 19.42 %

Substructure repair on the I-75 Connector over the Grand Trunk Western and Norfolk Southern Railroads, Monroe County.

0.00 % DBE participation required

BIDDER AS-SUBMITTED AS-CHECKED

Davis Construction, Inc. $ 203,975.96 Same 1 ** E. C. Korneffel Co. $ 219,841.98 Same 2 Dan's Excavating, Inc. $ 238,590.28 Same 3 Posen Construction, Inc. $ 258,136.28 Same 4 J. Slagter & Son Construction Co. $ 262,753.98 Same 5 C. A. Hull Co., Inc. $ 279,954.48 Same 6 Anlaan Corporation $ 320,691.02 Same 7

7 Bidders

Criticality: This construction project will create or retain jobs within the State of Michigan. Delaying the project would adversely impact employment in the State. This construction project is adding improvements to the existing roadway system, thereby increasing the safety of the roadway, improving access to tourists visiting Michigan, and/or improving commerce across the State. Delaying the project will adversely impact these necessary components of Michigan's economy, as well as to the traveling public. Delays to the project would jeopardize federal funds that are allocated to the State of Michigan. Purpose/Business Case: MDOT’s Bridge Preservation Program focuses on repairing the worst bridges first and extending the life of bridges to keep them in good condition. Benefit: MDOT attempts to maximize benefits by using an asset management philosophy that develops programs that are prioritized projects based on such factors as traffic volume, cost/benefit, ride quality, safety, user savings, maintenance savings, and condition of bridges. Funding Source: 109724A Federal Highway Administration Funds 90.00 % State Restricted Trunkline Funds 10.00 % Commitment Level: The contract cost is not fixed. It is based on the engineer’s best estimate of probable construction cost. The contract’s final cost will be based on actual quantities built in the field and unit prices bid by the contractor. Risk Assessment: The deterioration of the existing State trunkline bridges, reduced safety, and increased vehicle maintenance and operational costs to the motoring public. Cost Reduction: Reduced roadway maintenance costs. New Project Identification: Rehabilitation. Selection: Low bid. Zip Code: 48133.

______9/14/10 Page 127 337. LETTING OF SEPTEMBER 03, 2010 ENG. EST. LOW BID PROPOSAL 1009062 $ 101,241.66 $ 153,159.80 PROJECT MRR 46082-110628 LOCAL AGRMT. 10-5596 % OVER/UNDER EST. START DATE - 10 days after award COMPLETION DATE - NOVEMBER 19, 2010 51.28 %

0.01 mi of railroad crossing rehabilitation on M-50 at the Southern Michigan Railroad Society near Evans Street in the city of Tecumseh, Lenawee County.

0.00 % DBE participation required

BIDDER AS-SUBMITTED AS-CHECKED

Armond Cassil Railroad Construction $ 153,159.80 Same 1 ** RailWorks Track Services, Inc.

1 Bidder

By association with the above construction contract we are also asking for approval of the above-referenced cost participation agreement.

Criticality: This construction project will create or retain jobs within the State of Michigan. Delaying the project would adversely impact employment in the State. This construction project is adding improvements to the existing roadway system, thereby increasing the safety of the roadway, improving access to tourists visiting Michigan, and/or improving commerce across the State. Delaying the project will adversely impact these necessary components of Michigan's economy, as well as to the traveling public. Purpose/Business Case: The Railroad Crossing Program facilitates the reconstruction of the crossing approach surface resulting in a safe and improved crossing. The program coordinates work to be performed in conjunction with the track reconstruction performed by the Railroad Company. Benefit: Treatments increase vehicle safety and improve rideability for the motoring public. Funding Source: 110628A State Restricted Trunkline Funds 100 % Commitment Level: The contract cost is not fixed. It is based on the engineer’s best estimate of probable construction cost. The contract’s final cost will be based on actual quantities built in the field and unit prices bid by the contractor. Risk Assessment: There is a greater risk of damage to vehicles and increased complaints from the motoring public. Loss of dedicated federal funding for grade crossings due to underutilization. Cost Reduction: Reduced incidents of car/train accidents and vehicle maintenance costs. New Project Identification: Reconstruction of existing railroad crossing. Selection: Low bid. Zip Code: 49286.

______9/14/10 Page 128

338. LETTING OF SEPTEMBER 03, 2010 ENG. EST. LOW BID PROPOSAL 1009064 $ 369,831.86 $ 292,306.82 PROJECT MG 83022-111063 LOCAL AGRMT. % OVER/UNDER EST. START DATE - OCTOBER 04, 2010 COMPLETION DATE - 9 working days -20.96 %

1.85 mi of hot mix asphalt cold milling and resurfacing on M-55 east of Crosby Road easterly to west of the Wexford/Missaukee County line, Wexford County. This project includes a 3 year materials and workmanship pavement warranty.

A 2010 highway preventive maintenance project.

0.00 % DBE participation required

BIDDER AS-SUBMITTED AS-CHECKED

Rieth-Riley Construction Co., Inc. $ 292,306.82 Same 1 ** Pyramid Paving and Contracting Co. $ 338,807.52 $ 327,919.52 2 Elmer's Crane and Dozer, Inc. $ 394,367.70 Same 3

3 Bidders

Criticality: This construction project will create or retain jobs within the State of Michigan. Delaying the project would adversely impact employment in the State. This construction project is adding improvements to the existing roadway system, thereby increasing the safety of the roadway, improving access to tourists visiting Michigan, and/or improving commerce across the State. Delaying the project will adversely impact these necessary components of Michigan's economy, as well as to the traveling public. Delays to the project would jeopardize federal funds that are allocated to the State of Michigan. Purpose/Business Case: The Capital Preventive Maintenance Program preserves the structural integrity and extends the service life of the State trunkline system through a planned strategy of cost-effective maintenance treatments to the existing roadway system. Benefit: These treatments delay future deterioration, and maintain or improve the functional condition of the system resulting in longer pavement surface life, thereby delaying the need for more expensive rehabilitation or reconstruction treatments. Funding Source: 111063A Federal Highway Administration Funds 81.85 % State Restricted Trunkline Funds 18.15 % Commitment Level: The contract cost is not fixed. It is based on the engineer’s best estimate of probable construction cost. The contract’s final cost will be based on actual quantities built in the field and unit prices bid by the contractor. Risk Assessment: There is a greater risk of injury/accidents due to existing surface conditions. Cost Reduction: Lower vehicle maintenance costs. New Project Identification: Maintenance. Selection: Low bid. Zip Code: 49601.

______9/14/10 Page 129 339. LETTING OF SEPTEMBER 03, 2010 ENG. EST. LOW BID PROPOSAL 1009070 $ 79,673.46 $ 194,585.00 PROJECT AR 42021-86938-3 LOCAL AGRMT. % OVER/UNDER EST. START DATE - OCTOBER 01, 2010 COMPLETION DATE - NOVEMBER 12, 2010 144.23 %

Installation of three culvert linings on M-26 at Cedar Creek north of Eagle Harbor Road, Keweenaw County.

This project is funded with American Recovery and Reinvestment Act funds.

0.00 % DBE participation required

BIDDER AS-SUBMITTED AS-CHECKED

Utility Services Authority LLC $ 195,085.00 $ 194,585.00 1 ** A. Lindberg & Sons, Inc.

1 Bidder

Criticality: This construction project will create or retain jobs within the State of Michigan. Delaying the project would adversely impact employment in the State. This construction project is adding improvements to the existing roadway system, thereby increasing the safety of the roadway, improving access to tourists visiting Michigan, and/or improving commerce across the State. Delaying the project will adversely impact these necessary components of Michigan's economy, as well as to the traveling public. Delays to the project would jeopardize federal funds that are allocated to the State of Michigan. Purpose/Business Case: MDOT’s Road Preservation Program goal focuses on repairing the worst roads first and extending the life of other identified roads to keep them in good condition. Benefit: MDOT attempts to maximize the benefits of road preservation by using an asset management philosophy to develop programs that are prioritized based on such factors as traffic volume, cost/benefit, ride quality, pavement condition, safety, user savings, maintenance savings, and condition. Funding Source: 86938A Federal Highway Administration Funds 100 % Commitment Level: The contract cost is not fixed. It is based on the engineer’s best estimate of probable construction cost. The contract’s final cost will be based on actual quantities built in the field and unit prices bid by the contractor. Risk Assessment: The deterioration of the existing State trunkline network, reduced safety, and increased vehicle maintenance and operational costs to the motoring public. Cost Reduction: Reduced roadway maintenance costs. New Project Identification: Rehabilitation. Selection: Low bid. Zip Code: 49950.

______9/14/10 Page 130

LOCAL PROJECTS

340. LETTING OF AUGUST 06, 2010 ENG. EST. LOW BID PROPOSAL 1008030 $ 1,013,084.45 $ 1,139,665.91 PROJECT STU 82457-110481 LOCAL AGRMT. 10-5508 % OVER/UNDER EST. START DATE - 10 days after award COMPLETION DATE - 50 working days 12.49 %

0.79 mi of pavement removal, hot mix asphalt cold milling and paving, concrete resurfacing, pavement repair, white topping, sidewalk, and ramps, bridge deck and sidewalk patching, guardrail upgrading, and pavement markings on Outer Drive West from Ford Road to E.N. Hines Drive in the city of Dearborn Heights, Wayne County.

10.00 % DBE participation required

BIDDER AS-SUBMITTED AS-CHECKED

Florence Cement Company $ 1,139,665.91 Same 1 ** Angelo Iafrate Construction Company $ 1,174,609.92 Same 2 Tony Angelo Cement Construction Co. $ 1,193,145.08 Same 3 Ajax Paving Industries, Inc. $ 1,305,186.74 Same 4 Walter Toebe Construction Company $ 1,333,641.79 Same 5 Posen Construction, Inc. $ 1,458,193.21 Same 6

6 Bidders

By association with the above construction contract we are also asking for approval of the above-referenced cost participation agreement.

Criticality: This construction project will create or retain jobs within the State of Michigan. Delaying the project would adversely impact employment in the State. This construction project is adding improvements to the existing roadway system, thereby increasing the safety of the roadway, improving access to businesses and to tourists visiting Michigan's communities, and/or improving commerce across the State. Delaying the project will adversely impact these necessary components of Michigan's economy, as well as to the traveling public. Delays to the project would jeopardize federal funds that are allocated to the State of Michigan. Purpose/Business Case: This project is for the rehabilitation of a portion of highway under local jurisdiction. It was selected through a process outlined in the Safe, Accountable, Flexible, and Efficient Transportation Act: A Legacy for Users by the local agency regional planning authority, which was approved by MDOT and the Federal Highway Administration. Benefit: By awarding this project, the transportation system is further preserved providing increased economic value and quality of life for the traveling public. Funding Source: 110481A Wayne County 18.25 % Federal Highway Administration Funds 81.75 %

______9/14/10 Page 131 Commitment Level: The contract cost is not fixed. It is based on the engineer’s best estimate of probable construction cost. The contract’s final cost will be based on actual quantities built in the field and unit prices bid by the contractor. Risk Assessment: If this project is not awarded, the federal funds must be returned to the federal government for use in another federal-aid project. Cost Reduction: This is a construction contract. The low bidder is awarded the project. Any negotiations made prior to award of the contract are in violation of federal regulation and MDOT specifications. New Project Identification: Road rehabilitation. Selection: Low bid. Zip Code: 48127.

341. LETTING OF AUGUST 06, 2010 ENG. EST. LOW BID PROPOSAL 1008077 $ 1,463,460.50 $ 1,744,841.61 PROJECT ARU 82400-106817 LOCAL AGRMT. 10-5542 % OVER/UNDER EST. START DATE - 10 days after award COMPLETION DATE - SEPTEMBER 30, 2012 19.23 %

0.29 mi of pavement removal, cold milling, curb and gutter, storm sewer, hot mix asphalt paving, concrete sidewalks, concrete building vault reconstruction, street lighting, pavement markings, and streetscape amenities on Michigan Avenue from Cass Avenue easterly to Woodward Avenue in the city of Detroit, Wayne County.

This project is funded with American Recovery and Reinvestment Act funds.

20.00 % DBE participation required

BIDDER AS-SUBMITTED AS-CHECKED

Ajax Paving Industries, Inc. $ 1,744,841.61 Same 1 ** Dan's Excavating, Inc. $ 1,744,941.52 Same 2 Cadillac Asphalt, L.L.C.

2 Bidders

By association with the above construction contract we are also asking for approval of the above-referenced cost participation agreement.

Criticality: This construction project will create or retain jobs within the State of Michigan. Delaying the project would adversely impact employment in the State. This construction project is adding improvements to the existing roadway system, thereby increasing the safety of the roadway, improving access to businesses and to tourists visiting Michigan's communities, and/or improving commerce across the State. Delaying the project will adversely impact these necessary components of Michigan's economy, as well as to the traveling public. Delays to the project would jeopardize federal funds that are allocated to the State of Michigan. Purpose/Business Case: This project is for a qualifying activity as stipulated within 23 U.S.C. 101 (a)(35) and under the Safe, Accountable, Flexible, and Efficient Transportation Act: A Legacy for Users. Benefit: By awarding this project, intermodal transportation systems are further developed. ______9/14/10 Page 132 Funding Source: 106817A Federal Highway Administration Funds 100 % Commitment Level: The contract cost is not fixed. It is based on the engineer’s best estimate of probable construction cost. The contract’s final cost will be based on actual quantities built in the field and unit prices bid by the contractor. Risk Assessment: If this project is not awarded, the federal funds may be returned to the federal government for use on another federal-aid project. Cost Reduction: This is a construction contract. The low bidder is awarded the project. Any negotiations made prior to award of the contract are in violation of federal regulation and MDOT specifications. New Project Identification: Transportation enhancement. Selection: Low bid. Zip Code: 48226.

342. LETTING OF SEPTEMBER 03, 2010 ENG. EST. LOW BID PROPOSAL 1009011 $ 1,020,362.50 $ 882,302.00 PROJECT STU 63459-110716, ETC LOCAL AGRMT. 10-5599 % OVER/UNDER EST. START DATE - 10 days after award COMPLETION DATE - NOVEMBER 15, 2010 -13.53 %

5.54 mi of hot mix asphalt cold milling and resurfacing, base repair, aggregate shoulders, concrete curb and gutter, guardrail and pavement marking on Orion Road from Snell Road to Adams Road and on Teggerdine Road from Highland Road (M-59) to White Lake Road, Oakland County,

5.00 % DBE participation required

BIDDER AS-SUBMITTED AS-CHECKED

Ajax Paving Industries, Inc. $ 882,302.00 Same 1 ** Cadillac Asphalt, L.L.C. $ 940,991.25 Same 2 Barrett Paving Materials Inc. $ 1,075,583.60 Same 3 Ace Asphalt & Paving Company

3 Bidders

By association with the above construction contract we are also asking for approval of the above-referenced cost participation agreement.

Criticality: This construction project will create or retain jobs within the State of Michigan. Delaying the project would adversely impact employment in the State. This construction project is adding improvements to the existing roadway system, thereby increasing the safety of the roadway, improving access to businesses and to tourists visiting Michigan's communities, and/or improving commerce across the State. Delaying the project will adversely impact these necessary components of Michigan's economy, as well as to the traveling public. Delays to the project would jeopardize federal funds that are allocated to the State of Michigan. Purpose/Business Case: This project is for the rehabilitation of a portion of highway under local jurisdiction. It was selected through a process outlined in the Safe, Accountable, Flexible, and Efficient Transportation Act: A Legacy for Users by the local agency regional planning authority, which was approved by MDOT and the Federal Highway Administration.

______9/14/10 Page 133 Benefit: By awarding this project, the transportation system is further preserved providing increased economic value and quality of life for the traveling public. Funding Source: 110716A Oakland County 18.15 % Federal Highway Administration Funds 81.85 % 110717A Oakland County 18.15 % Federal Highway Administration Funds 81.85 % Commitment Level: The contract cost is not fixed. It is based on the engineer’s best estimate of probable construction cost. The contract’s final cost will be based on actual quantities built in the field and unit prices bid by the contractor. Risk Assessment: If this project is not awarded, the federal funds must be returned to the federal government for use in another federal-aid project. Cost Reduction: This is a construction contract. The low bidder is awarded the project. Any negotiations made prior to award of the contract are in violation of federal regulation and MDOT specifications. New Project Identification: Road rehabilitation. Selection: Low bid. Zip Code: 48306.

343. LETTING OF SEPTEMBER 03, 2010 ENG. EST. LOW BID PROPOSAL 1009039 $ 321,434.66 $ 278,357.49 PROJECT HRRR 34609-107996 LOCAL AGRMT. 10-5613 % OVER/UNDER EST. START DATE - 10 days after award COMPLETION DATE - OCTOBER 29, 2010 -13.40 %

0.31 mi of horizontal and vertical realignment including grading, aggregate base, drainage, hot mix asphalt base crushing, shaping, and paving, signing, and pavement markings on Haynor Road from Rector Road northerly, Ionia County.

0.00 % DBE participation required

______9/14/10 Page 134

BIDDER AS-SUBMITTED AS-CHECKED

C L Trucking & Excavating, LLC $ 278,357.49 Same 1 ** Wonsey Tree Service, Inc. $ 279,553.75 Same 2 Langlois & Sons Excavating, Inc. $ 299,224.35 Same 3 Kamminga & Roodvoets, Inc. $ 316,570.81 Same 4 Kentwood Excavating, Inc. $ 319,382.50 Same 5 Burkett Excavating $ 319,383.08 Same 6 Schippers Excavating, Inc. $ 320,302.85 Same 7 Milbocker and Sons, Inc. $ 320,508.30 Same 8 Crawford Contracting, Inc. $ 320,815.21 Same 9 Mead Bros. Excavating Inc. $ 321,281.12 Same 10 San Marino Excavating, Inc. $ 333,055.40 Same 11 C & D Hughes, Inc. $ 338,256.80 Same 12 Jack Dykstra Excavating, Inc. $ 344,673.69 Same 13 Nashville Construction Company $ 353,479.06 Same 14 Dykema Excavators, Inc. $ 397,127.50 Same 15 Cadwell Bros. Construction Company $ 409,614.80 Same 16 Michigan Paving and Materials Comp Rieth-Riley Construction Co., Inc. D. J. McQuestion & Sons, Inc. Oetman Excavating, LLC Weick Bros., Inc.

16 Bidders

By association with the above construction contract we are also asking for approval of the above-referenced cost participation agreement.

Criticality: This construction project will create or retain jobs within the State of Michigan. Delaying the project would adversely impact employment in the State. This construction project is adding improvements to the existing roadway system, thereby increasing the safety of the roadway, improving access to businesses and to tourists visiting Michigan's communities, and/or improving commerce across the State. Delaying the project will adversely impact these necessary components of Michigan's economy, as well as to the traveling public. Delays to the project would jeopardize federal funds that are allocated to the State of Michigan. Purpose/Business Case: This project is for upgrading a portion of the transportation system under local jurisdiction to address a safety-related issue. It was selected through a process outlined in the Safe, Accountable, Flexible, and Efficient Transportation Act: A Legacy for Users and was approved by MDOT and the Federal Highway Administration. Benefit: By awarding this project, the transportation system is further enhanced providing increased economic value and quality of life for the traveling public. Funding Source: 107996A Ionia County 27.22 % Federal Highway Administration Funds 72.78 % Commitment Level: The contract cost is not fixed. It is based on the engineer’s best estimate of probable construction cost. The contract’s final cost will be based on actual quantities built in the field and unit prices bid by the contractor. Risk Assessment: If this project is not awarded, the federal funds must be returned to the federal government for use in another federal-aid project and the opportunity to improve traffic operations and safety is lost. ______9/14/10 Page 135 Cost Reduction: This is a construction contract. The low bidder is awarded the project. Any negotiations made prior to award of the contract are in violation of federal regulation and MDOT specifications. New Project Identification: Infrastructure-related upgrade. Selection: Low bid. Zip Code: 48846.

344. LETTING OF SEPTEMBER 03, 2010 ENG. EST. LOW BID PROPOSAL 1009040 $ 250,667.00 $ 172,246.38 PROJECT STUL 77412-110901 LOCAL AGRMT. 10-5617 % OVER/UNDER EST. START DATE - 10 days after award COMPLETION DATE - NOVEMBER 15, 2010 -31.28 %

0.08 mi of concrete reconstruction, curb, gutter, sidewalk, and ADA ramps on 17th Street from 16th Street to Water Street in the city of Port Huron, St. Clair County.

0.00 % DBE participation required

BIDDER AS-SUBMITTED AS-CHECKED

Pamar Enterprises, Inc. $ 172,246.38 Same 1 ** D.L.F., Inc. $ 189,414.28 Same 2 Eastlund Concrete Construction $ 197,840.22 Same 3 Di Lisio Contracting, Inc. $ 197,850.08 Same 4 Florence Cement Company $ 217,475.95 Same 5 Warren Contractors & Development $ 255,054.10 Same 6 DiPonio Contracting, Inc. Angelo Iafrate Construction Company Major Cement Co.

6 Bidders

By association with the above construction contract we are also asking for approval of the above-referenced cost participation agreement.

Criticality: This construction project will create or retain jobs within the State of Michigan. Delaying the project would adversely impact employment in the State. This construction project is adding improvements to the existing roadway system, thereby increasing the safety of the roadway, improving access to businesses and to tourists visiting Michigan's communities, and/or improving commerce across the State. Delaying the project will adversely impact these necessary components of Michigan's economy, as well as to the traveling public. Delays to the project would jeopardize federal funds that are allocated to the State of Michigan. Purpose/Business Case: This project is for the reconstruction of a portion of highway on the federal-aid highway system, under local jurisdiction. It was selected through a process outlined in the Safe, Accountable, Flexible, and Efficient Transportation Act: A Legacy for Users by the local agency regional planning authority, which was approved by MDOT and the Federal Highway Administration. Benefit: By awarding this project, the transportation system is further preserved providing increased economic value and quality of life for the traveling public.

______9/14/10 Page 136 Funding Source: 110901A Federal Highway Administration Funds 81.85 % City of Port Huron 18.15 % Commitment Level: The contract cost is not fixed. It is based on the engineer’s best estimate of probable construction cost. The contract’s final cost will be based on actual quantities built in the field and unit prices bid by the contractor. Risk Assessment: If this project is not awarded, the federal funds must be returned to the federal government for use in another federal-aid project. Cost Reduction: This is a construction contract. The low bidder is awarded the project. Any negotiations made prior to award of the contract are in violation of federal regulation and MDOT specifications. New Project Identification: Road reconstruction. Selection: Low bid. Zip Code: 48060.

345. LETTING OF SEPTEMBER 03, 2010 ENG. EST. LOW BID PROPOSAL 1009233 $ 603,846.00 $ 523,857.98 PROJECT STUL 33065-109928 LOCAL AGRMT. 10-5530 % OVER/UNDER EST. START DATE - 10 days after award COMPLETION DATE - NOVEMBER 15, 2010 -13.25 %

0.66 mi of hot mix asphalt cold milling and resurfacing, aggregate base, drainage improvements, concrete curb, gutter, sidewalk, and ADA ramps, and pavement markings on North Williamston Road from south of Linn Road to Industrial Park Drive in the city of Williamston, Ingham County.

0.00 % DBE participation required

BIDDER AS-SUBMITTED AS-CHECKED

Michigan Paving and Materials Comp $ 523,857.98 Same 1 ** Rieth-Riley Construction Co., Inc. $ 533,769.40 Same 2 Kamminga & Roodvoets, Inc. $ 563,250.76 Same 3 C & D Hughes, Inc. $ 566,521.18 Same 4 Concord Excavating & Grading, Inc. $ 570,800.75 Same 5 Crawford Contracting, Inc. $ 578,736.34 Same 6 Bailey Excavating, Inc. $ 580,932.08 Same 7 Carol's Excavating II, Inc. $ 588,996.00 Same 8 San Marino Excavating, Inc. $ 589,949.25 Same 9 Service Construction, L.L.C. $ 603,588.52 Same 10 Fonson, Inc. $ 612,282.21 Same 11 Nashville Construction Company $ 643,603.12 Same 12 Milbocker and Sons, Inc. Don Meeks Construction, LLC Wonsey Tree Service, Inc. D. J. McQuestion & Sons, Inc. Dean Holmes Excavating, Ltd. Kalin Construction Co., Inc. Stante Excavating Co., Inc.

12 Bidders

______9/14/10 Page 137 By association with the above construction contract we are also asking for approval of the above-referenced cost participation agreement.

Criticality: This construction project will create or retain jobs within the State of Michigan. Delaying the project would adversely impact employment in the State. This construction project is adding improvements to the existing roadway system, thereby increasing the safety of the roadway, improving access to businesses and to tourists visiting Michigan's communities, and/or improving commerce across the State. Delaying the project will adversely impact these necessary components of Michigan's economy, as well as to the traveling public. Delays to the project would jeopardize federal funds that are allocated to the State of Michigan. Purpose/Business Case: This project is for the rehabilitation of a portion of highway under local jurisdiction. It was selected through a process outlined in the Safe, Accountable, Flexible, and Efficient Transportation Act: A Legacy for Users by the local agency regional planning authority, which was approved by MDOT and the Federal Highway Administration. Benefit: By awarding this project, the transportation system is further preserved providing increased economic value and quality of life for the traveling public. Funding Source: 109928A Federal Highway Administration Funds 81.74 % City of Williamston 18.26 % Commitment Level: The contract cost is not fixed. It is based on the engineer’s best estimate of probable construction cost. The contract’s final cost will be based on actual quantities built in the field and unit prices bid by the contractor. Risk Assessment: If this project is not awarded, the federal funds must be returned to the federal government for use in another federal-aid project. Cost Reduction: This is a construction contract. The low bidder is awarded the project. Any negotiations made prior to award of the contract are in violation of federal regulation and MDOT specifications. New Project Identification: Road rehabilitation. Selection: Low bid. Zip Code: 48995.

______9/14/10 Page 138

POST AWARD REPORTING

BID LETTING

LOCAL PROJECT

346. LETTING OF AUGUST 06, 2010 ENG. EST. LOW BID PROPOSAL 1008008 $ 301,870.00 $ 210,444.50 PROJECT ARL 55555-100209 LOCAL AGRMT. 10-5480 % OVER/UNDER EST. START DATE - 10 days after award COMPLETION DATE - OCTOBER 01, 2010 -30.29 %

1.80 mi of hot mix asphalt paving, shoulders, pavement markings, and traffic control on County Road 338 from County Road 571 to K3 Lane, Menominee County.

This project is funded with American Recovery and Reinvestment Act funds.

0.00 % DBE participation required

BIDDER AS-SUBMITTED AS-CHECKED

Bacco Construction Company $ 210,444.50 Same 1 ** Payne & Dolan Inc. $ 212,541.75 Same 2

2 Bidders EXTRAS

347. Extra 2010-109

Control Section/Job Number: 71091-101041 MDOT Project

State Administrative Board - This project is under $800,000 and the extras exceed the $48,000 limit for reviewing extras.

State Transportation Commission - This project exceeds the 10% limit for reviewing extras.

Contractor: Icarus Industrial Painting & Contracting 415 Westchester Lane Valparaiso, IN 46385

Designed By: MDOT Engineer’s Estimate: $567,133.59

Description of Project:

Deck patching, joint replacement, cleaning and coating structural steel, rocker realignment, fence replacement, and approach work on US-23BR over Quarry Haul Road in the City of Rogers City, Presque Isle County. This project includes a 2 year bridge painting warranty.

______9/14/10 Page 139

Administrative Board Approval Date: January 20, 2009 Contract Date: February 24, 2009 Original Contract Amount: $545,042.29 Total of Overruns/Changes (Approved to Date): (53,860.93) - 9.88% Total of Extras/Adjustments (Approved to Date): 146,656.01 + 26.91% Total of Negative Adjustments (Approved to Date): 0.00 + 0.00% THIS REQUEST 6,510.00 + 1.19%

Revised Total $644,347.37 + 18.22%

SUMMARY:

The total of all Extras and Overruns approved to date, before this request, places this contract 17.03% over the original budget for an Authorized to Date Amount of $637,837.37.

Approval of this extra will place the authorized status of the contract 18.22% or $99,305.08 over the Original Contract Amount.

Extras Previously Approved by the State Administrative Board:

Item Number Contract Modification Number Amount SAB Date 2010-061 3, 5 r. 2, 6 $100,576.76 05/04/10

Contract Modification Number(s): 7

This contract modification requests payment for the following Extra(s)/Adjustment(s) to the contract:

CM 7 Guardrail Anch, Bridge, Det T3 4.000 Ea @ $1,627.50/Ea $6,510.00 Total $6,510.00

Reason(s) for Extra(s)/Adjustment(s):

CM 7 The proposed original item of work, Guardrail Bridge Anchor, Detail T2, will not fit the existing bridge barrier wall. Where the roadway guardrail anchors to the bridge wall, the end connection, Guardrail Anchor, Detail T3, is more appropriate for this wall design to meet all applicable department standard plans for safety treatments on bridges. The extra costs are partially offset by the deduction of the original item noted above on a previous contract modification. The extra cost for Guardrail Anch, Bridge, Det T3 was negotiated per Section 103.04 of the 2003 Standard Specifications for Construction. The costs were deemed reasonable when compared with compared to similar items in the contract. Since a subcontractor completed the work, the cost includes a five percent markup for the prime contractor, as per Section 109.07.G of the 2003 Standard Specifications for Construction.

Section 103.04 – EXTRA WORK – of the 2003 Standard Specifications for Construction was interpreted to authorize payment for this extra work.

This Extra was recommended for approval by the State Transportation Commission at its August 26, 2010 meeting, and is now recommended for approval by the State Administrative Board on September 14, 2010.

______9/14/10 Page 140 Criticality: This extra is critical to the project ensuring that it meets the current standards and protects the safety and welfare of the motoring public. Purpose/Business Case: This extra item is essential to the safe and timely completion of this contract. Benefit: By adding these items, the state receives a project that has complied with all state and local laws and regulations, as well as a project that should reach its intended service life. Funding Source: FHWA, 80.00%; State Restricted Trunkline, 20.00%; unless otherwise noted; Commitment Level: The project was advertised for bids, with the lowest bidder being awarded the contract. The bids are based on estimated quantities for various items of work to construct the project. Risk Assessment: This item is required for the safe and timely completion of the project. Cost Reduction: Economic assessment justifies the costs associated with this benefit to the public by including the items in this Extra. Selection: Low bid. New Project Identification: This is an existing project already under contract. Zip Code: 49779.

348. Extra 2010-110

Control Section/Job Number: 82061-88073 MDOT Project

State Administrative Board - This project exceeds the 6% limit for reviewing extras.

State Transportation Commission - This project exceeds the 10% limit for reviewing extras.

Contractor: Rauhorn Electric, Inc. 17171 23 Mile Road Macomb MI 48042-4100

Designed By: URS and DLZ Engineer’s Estimate: $1,647,879.01

Description of Project:

Traffic signal modernization, interconnect, and sidewalk ramp improvements at 22 locations on US-12 from Venoy Highway to M-10 in the cities of Wayne, Westland, Inkster, Dearborn Heights, Dearborn, and Detroit, Wayne County

Administrative Board Approval Date: September 23, 2008 Contract Date: September 30, 2008 Original Contract Amount: $1,484,774.13 Total of Overruns/Changes (Approved to Date): 24,842.32 + 1.67% Total of Extras/Adjustments (Approved to Date): 183,452.45 + 12.36% Total of Negative Adjustments (Approved to Date): 0.00 + 0.00% THIS REQUEST 9,617.21 + 0.65%

Revised Total $1,702,686.11 + 14.68%

SUMMARY:

The total of all Extras and Overruns approved to date, before this request, places this contract 14.03% over the original budget for an Authorized to Date Amount of $1,693,068.90.

______9/14/10 Page 141 Approval of this extra will place the authorized status of the contract 14.68% or $217,911.98 over the Original Contract Amount.

Extras Previously Approved by the State Administrative Board:

Item Number Contract Modification Number Amount SAB Date 2010-18 5 r. 2 $22,755.12 2/16/10 2010-41 6 $21,290.50 3/16/10 2010-76 8 $51,377.13 7/06/10

Contract Modification Number(s): 7 r.1

This contract modification requests payment for the following Extra(s)/Adjustment(s) to the contract:

CM 7

Cable, Sec. 600v, 1, 3c#6 1,410.00 Ft @ $5.70/Ft $8,037.00 City of Inkster-Irrigation Repair 1.00 LS @ $638.19/LS 638.19 DTE Service Feed Modification 1.00 LS @ $122.02/LS 122.02 Strut Guy 2.00 Ea @ $410.00/Ea 820.00 Total $9,617.21

Reason(s) for Extra(s)/Adjustment(s):

CM 7

The engineer directed the contractor to install new secondary cable to obtain power at the eastbound crossover east of Venoy Highway and the westbound crossover west of Merriman in work order number three. Several meetings were held between MDOT, the contractor, DTE and the designer (URS) to discuss the original plan work for these crossovers. Upon review, it was found that the original plans did not provide a way to power the proposed work at these crossovers. The extra cost for Cable, Sec. 600v, 1, 3c#6 was negotiated per Section 103.04 of the 2003 Standard Specifications for Construction. The costs were deemed reasonable when compared with similar items in MDOT’s Average Unit Price Index.

At the intersection of US-12 and Inkster Road, the City of Inkster authorized an independent company to perform sprinkler system repair on their system. The city forwarded the invoice to MDOT stating our work was the source of the damage problem and the impact to their sprinkler system should have been considered as part of the construction project. The city made the decision to move ahead quickly as not to lose the costly landscaping and flowers planted at that intersection the summer prior. After discussion with the city, MDOT and the contractor, the work was verified through field visits and picture documentation provided to the project office. MDOT agreed to pay for one half of one of the two bills generated for all the work authorized by the City of Inkster at this intersection. The city is responsible for all other costs. The extra cost for City of Inkster-Irrigation Repair was negotiated per Section 103.04 of the 2003 Standard Specifications for Construction. The costs were deemed reasonable when compared with similar work on other projects.

The contractor was directed to fix the DTE power cable that had been inadvertently run to the wrong location by DTE forces at the intersection of US-12 and Middlebelt Road. This was a project communication error between the project office, DTE and the contractor. In an effort to avoid delays and potential contractor claims, MDOT agreed that it was most practical to pay these costs, thereby allowing the contractor to continue with scheduled work at this location. The extra cost for DTE Service Feed Modification was negotiated per Section 103.04 of the 2003 Standard Specifications for Construction. ______9/14/10 Page 142 The time equipment, materials and costs necessary to complete the work were determined using a process similar to the force account work process. The costs were deemed reasonable based on comparison to the certified payrolls, the Blue Book equipment rental rates, and actual costs for materials, and negotiation per Section 103.04 of the 2003 Standard Specifications for Construction.

At the median intersection of US-12 and Middlebelt Road, MDOT utilized an existing wood pole to run the new span wire. The item of work Strut Guy, was used to stabilize the pole from the increased horizontal load placed upon the pole with the new span wire. This will prevent overturning of the pole in the ground. The extra cost for Strut Guy was negotiated per Section 103.04 of the 2003 Standard Specifications for Construction. The time equipment, materials and costs necessary to complete the work were determined using a process similar to the force account work process. The costs were deemed reasonable based on comparison to the certified payrolls, the Blue Book equipment rental rates, and actual costs for materials, and negotiation per Section 103.04 of the 2003 Standard Specifications for Construction.

Section 103.04 – EXTRA WORK – of the 2003 Standard Specifications for Construction was interpreted to authorize payment for this extra work.

This Extra was recommended for approval by the State Transportation Commission at its August 26, 2010, meeting, and is now recommended for approval by the State Administrative Board on September 14, 2010.

Criticality: This extra is critical to the project ensuring that it meets the current standards and protects the safety and welfare of the motoring public. Purpose/Business Case: These extra items were essential to the safe and timely completion of this contract. Benefit: By adding these items, the state receives a project that has complied with all state and local laws and regulations, as well as a project that should reach its intended service life. Funding Source: 88073A: FHWA, 100.00%. Commitment Level: The project was advertised for bids, with the lowest bidder being awarded the contract. The bids are based on estimated quantities for various items of work to construct the project. Risk Assessment: These items were required for the safe and timely completion of the project. Cost Reduction: Economic assessment justifies the costs associated with this benefit to the public by including the items in this Extra. Selection: Low bid. New Project Identification: This is an existing project already under contract. Zip Code: 48075.

______9/14/10 Page 143

349. Extra 2010-111

Control Section/Job Number: 41025-100615 MDOT Project

State Administrative Board - This project exceeds the 6% limit for reviewing extras.

State Transportation Commission - This project exceeds the 10% limit for reviewing extras.

Contractor: D. J. McQuestion & Sons, Inc. 17708 18 Mile Rd Leroy MI 49655-8219

Designed By: MDOT Engineer’s Estimate: $1,025,394.96

Description of Project: 0.57 mi of ramp construction on eastbound I-96 to M-21 westbound, Kent County. This project includes two 5 year materials and workmanship pavement warranties.

Administrative Board Approval Date: April 21, 2009 Contract Date: May 19, 2009 Original Contract Amount: $899,336.86 Total of Overruns/Changes (Approved to Date): 24,436.23 + 2.72% Total of Extras/Adjustments (Approved to Date): 95,910.17 + 10.66% Total of Negative Adjustments (Approved to Date): (41,263.97) - 4.59% THIS REQUEST 29,059.50 + 3.23%

Revised Total $1,007,478.79 + 12.02%

SUMMARY:

The total of all Extras and Overruns approved to date, before this request, places this contract 8.79% over the original budget for an Authorized to Date Amount of $978,419.29.

Approval of this extra will place the authorized status of the contract 12.02% or $108,141.93 over the Original Contract Amount.

Extras Previously Approved by the State Administrative Board:

Item Number Contract Modification Number Amount SAB Date 2010-94 5 r.1 $48,357.21 08/03/10

Contract Modification Number(s): 8

This contract modification requests payment for the following Extra(s)/Adjustment(s) to the contract:

CM 8 Slope Repair 8,000.00 Dlr @ $1.00/Dlr $8,000.00 Sewer, CI A, 15 inch, Tr Det B 621.50 Ft @ $33.00/Ft 20,509.50 Shoulder Gutter, Conc, Det 2 1.00 Ea @ $550.00/Ea ____550.00 Total $29,059.50 ______9/14/10 Page 144

Reason(s) for Extra(s)/Adjustment(s):

CM 8 Due to late season turf establishment planting and several heavy, late fall rains, a failure had occurred prior to turf establishment on Ramp A. The contractor performed the necessary repair work for the engineer at a cost not to exceed the estimated budget amount determined between the two parties. This is an estimated budgeted amount, and the engineer will balance the final payment to the contractor after the final cost is determined using force account type records. The extra cost for Slope Repair was negotiated per Section 103.04 of the 2003 Standard Specifications for Construction. The time equipment, materials and costs necessary to complete the work were determined using a process similar to the force account work process. The costs were deemed reasonable based on comparison to the certified payrolls, the Blue Book equipment rental rates, and actual costs for materials, and negotiation per Section 103.04 of the 2003 Standard Specifications for Construction.

A drainage issue was encountered on the project after the site grading was completed. The engineer determined it was best to abandon the open ditch drainage system and enclose the drainage by using an underground sewer system, as constructed under the item of Sewer, CI A, 15 inch, Tr Det B. This work was performed from Ramp E to the intersection of Ramp A1/Ramp E merge point. The extra cost for Sewer, CI A, 15 inch, Tr Det B was negotiated per Section 103.04 of the 2003 Standard Specifications for Construction. The costs were deemed reasonable when compared with similar work on other projects.

The surface water runoff on Ramp A needed to be redirected and deposited into the median by the extra item of work, Shoulder Gutter, Conc, Det 2. The extra cost for Shoulder Gutter, Conc, Det 2 was negotiated per Section 103.04 of the 2003 Standard Specifications for Construction. The costs were deemed reasonable when compared with similar work on other projects.

Section 103.04 – EXTRA WORK – of the 2003 Standard Specifications for Construction was interpreted to authorize payment for this extra work.

These Extras were recommended for approval by the State Transportation Commission at its August 26, 2010 meeting, and are now recommended for approval by the State Administrative Board on September 14, 2010.

Criticality: This extra is critical to the project ensuring that it meets the current standards and protects the safety and welfare of the motoring public. Purpose/Business Case: This extra item is essential to the safe and timely completion of this contract. Benefit: By adding these items, the state receives a project that has complied with all state and local laws and regulations, as well as a project that should reach its intended service life. Funding Source: FHWA, 80.00%; State Restricted Trunkline, 20%; unless otherwise noted. Commitment Level: The project was advertised for bids, with the lowest bidder being awarded the contract. The bids are based on estimated quantities for various items of work to construct the project. Risk Assessment: This item is required for the safe and timely completion of the project. Cost Reduction: Economic assessment justifies the costs associated with this benefit to the public by including the items in this Extra. Selection: Low bid. New Project Identification: This is an existing project already under contract. Zip Code: 49506.

______9/14/10 Page 145

350. Extra 2010-112

Control Section/Job Number: 08555 - 103616 Local Agency Project

State Administrative Board - This project exceeds the 6% limit for reviewing extras.

State Transportation Commission - This project exceeds the 10% limit for reviewing extras.

Contractor: Schippers Excavating, Inc. 9829 Lake Michigan Drive West Olive MI 49460-9645

Designed By: Wilcox Professional Services, LLC Engineer’s Estimate: $2,429,297.00

Description of Project:

2.19 mi of clearing, peat excavation, earthwork, subbase, aggregate base, hot mix asphalt paving, pavement markings, drainage, and guardrail on Finkbeiner Road from Patterson Road to east of Cherry Valley Road, Barry County.

Administrative Board Approval Date: September 23,2008 Contract Date: December 10, 2008 Original Contract Amount: $2,229,734.40 Total of Overruns/Changes (Approved to Date): 165,801.90 + 7.44% Total of Extras/Adjustments (Approved to Date): 212,988.39 + 9.55% Total of Negative Adjustments (Approved to Date): 0.00 - 0.00% THIS REQUEST 10,816.24 + 0.49%

Revised Total $2,619,340.93 + 17.48%

SUMMARY:

The total of all Extras and Overruns approved to date, before this request, places this contract 16.99% over the original budget for an Authorized to Date Amount of $2,608,524.69.

Approval of this extra will place the authorized status of the contract 17.48% or $389,606.53 over the Original Contract Amount.

Extras Previously Approved by the State Administrative Board:

Item Number Contract Modification Number Amount SAB Date 2010-24 7 $115,668.32 03/02/10 2010-54 8 r.2 $80,610.07 05/04/10

Contract Modification Number(s): 10

These contract modifications request payment for the following Extra(s)/Adjustment(s) to the contract:

______9/14/10 Page 146

CM 10 Aggregate Base, 12 inch 155.60 Syd @ $6.35/Syd $988.06 High Strength Biaxial Geogrid 1,533.95 Syd @ $6.40/Syd 9,817.28 High Strength Uniaxial Geogrid 2.00 Syd @ $5.45/Syd ____10.90 Total $10,816.24

Reason(s) for Extra(s)/Adjustment(s):

CM 10

The engineer encountered a deep muck area, 500 feet long, which required further stabilization in addition to removing the poor soil and replacing it per the contract plans. This section of roadway was built using aggregate base, 12 inch and two types of fabric materials (High Strength Biaxial Geogrid and High Strength Uniaxial Geogrid), which stabilizes the roadway from varying different loads and stresses exerted on the underlying roadway materials. This extra work will prevent future road settlement and pavement cracking. The extra cost for the above items was negotiated per Section 103.04 of the 2003 Standard Specifications for Construction. The costs were deemed reasonable when compared with compared to similar items in the contract and compared with similar work on other projects.

Section 103.04 – EXTRA WORK – of the 2003 Standard Specifications for Construction was interpreted to authorize payment for this extra work.

This Extra was recommended for approval by the State Transportation Commission at its August 26, 2010, meeting, and is now recommended for approval by the State Administrative Board on September 14, 2010.

Criticality: This extra is critical to the project ensuring that it meets the current standards and protects the safety and welfare of the motoring public. Purpose/Business Case: This extra item is essential to the safe and timely completion of this contract. Benefit: By adding these items, the state receives a project that has complied with all state and local laws and regulations, as well as a project that should reach its intended service life. Funding Source: FHWA, 80.00%; State Restricted Trunkline, 20.00%; unless otherwise noted. Commitment Level: The project was advertised for bids, with the lowest bidder being awarded the contract. The bids are based on estimated quantities for various items of work to construct the project. Risk Assessment: This item is required for the safe and timely completion of the project. Cost Reduction: Economic assessment justifies the costs associated with this benefit to the public by including the items in this Extra. Selection: Low bid. New Project Identification: This is an existing project already under contract. Zip Code: 49333.

______9/14/10 Page 147

351. Extra 2010-113

Control Section/Job Number: 81072-100029 MDOT Project

State Administrative Board - This project exceeds the 6% limit for reviewing extras.

State Transportation Commission - This project exceeds the 10% limit for reviewing extras.

Contractor: Barrett Paving Materials, Inc. 5800 Cherry Hill Road Ypsilanti, MI 48198

Designed By: MDOT Engineer’s Estimate: $1,413,521.21

Description of Project:

4.33 mi of hot mix asphalt cold milling, resurfacing and upgrading sidewalk ramps on I-94BL from Main Street to east of US-23 in the city of Ann Arbor, Washtenaw County. This project includes a 3 year pavement performance warranty.

Administrative Board Approval Date: December 18, 2007 Contract Date: February 20, 2008 Original Contract Amount: $1,550,550.00 Total of Overruns/Changes (Approved to Date): 250,509.39 + 16.16 % Total of Extras/Adjustments (Approved to Date): 155,315.94 + 10.02% Total of Negative Adjustments (Approved to Date): (635.00) - 0.04% THIS REQUEST 5,500.00 + 0.35%

Revised Total $1,961,240.33 + 26.49%

SUMMARY:

The total of all Extras and Overruns approved to date, before this request, places this contract 26.14% over the original budget for an Authorized to Date Amount of $1,955,740.33.

Approval of this extra will place the authorized status of the contract 26.49% or $410,690.33 over the Original Contract Amount.

Extras Previously Approved by the State Administrative Board:

Item Number Contract Modification Number Amount SAB Date 2009-002 3 $34,452.33 01/20/09 2009-047 7 $52,053.12 05/05/09

Contract Modification Number(s): 10

This contract modification requests payment for the following Extra(s)/Adjustment(s) to the contract:

______9/14/10 Page 148

CM 10 Sidewalk, Ramp, Special R&R 1.00 Ea @ $5,500.00/Ea $5,500.00 Total $5,500.00

Reason(s) for Extra(s)/Adjustment(s):

CM 10 After the contract had been awarded, it was decided by FHWA and MDOT to include sidewalk ramps to bring them into compliance with the American Disability Act.

After the project work was complete at this intersection, an accident occurred at the sidewalk ramp at BL- 94 and Huron Parkway. After discussions with FHWA, the Transportation Division of the Office of the Attorney General, and the engineer, a change was recommended at this location to remove the raised dome between the two sidewalk ramps. The alternative detail was to construct one large ramp for the two crossings. The contractor removed the sidewalk ramp, regarded the stone aggregate base and replaced the ramp per the engineer’s direction. The extra cost for Sidewalk, Ramp, Special R&R was negotiated per Section 103.04 of the 2003 Standard Specifications for Construction. The costs were deemed reasonable when compared with similar work on other projects.

Section 103.04 – EXTRA WORK – of the 2003 Standard Specifications for Construction was interpreted to authorize payment for this extra work.

This Extra was recommended for approval by the State Transportation Commission at its August 26, 2010, meeting, and is now recommended for approval by the State Administrative Board on September 14, 2010.

Criticality: This extra is critical to the project ensuring that it meets the current standards and protects the safety and welfare of the motoring public. Purpose/Business Case: These extra items are essential to the safe and timely completion of this contract. Benefit: By adding these items, the state receives a project that has complied with all state and local laws and regulations, as well as a project that should reach its intended service life. Funding Source: FHWA, 81.85%; State Restricted Trunkline, 18.15%, unless otherwise noted. Commitment Level: The project was advertised for bids, with the lowest bidder being awarded the contract. The bids are based on estimated quantities for various items of work to construct the project. Risk Assessment: These items are required for the safe and timely completion of the project. Cost Reduction: Economic assessment justifies the costs associated with this benefit to the public by including the items in this Extra. Selection: Low bid. New Project Identification: This is an existing project already under contract. Zip Code: 48105.

______9/14/10 Page 149

352. Extra 2010-114

Control Section/Job Number: 33084-79092 MDOT Project

State Administrative Board - This project exceeds the 6% limit for reviewing extras.

State Transportation Commission - This project exceeds the 10% limit for reviewing extras.

Contractor: C. A. Hull Co., Inc. 8177 Goldie Road Walled Lake, MI 48390

Designed By: MDOT Engineer’s Estimate: $7,596,559.64

Description of Project:

9.53 mi of hot mix asphalt cold milling and resurfacing, bridge replacement, and approach work on I-96 from Lansing Road to College Road and on westbound I-96 under the I-496 ramp to eastbound I-96, Eaton and Ingham Counties. This project includes a 3-year pavement performance warranty and a 5-year materials and workmanship pavement warranty.

Administrative Board Approval Date: December 2, 2008 Contract Date: December 23, 2008 Original Contract Amount: $7,933,067.77 Total of Overruns/Changes (Approved to Date): 589,938.07 + 7.44% Total of Extras/Adjustments (Approved to Date): 783,570.51 + 9.88% Total of Negative Adjustments (Approved to Date): 0.00 + 0.00% THIS REQUEST 9,456.04 + 0.12%

Revised Total $9,316,032.39 + 17.44%

SUMMARY:

The total of all Extras and Overruns approved to date, before this request, places this contract 17.32% over the original budget for an Authorized to Date Amount of $9,306,576.35.

Approval of this extra will place the authorized status of the contract 17.44% or $1,382,964.62 over the Original Contract Amount.

Extras Previously Approved by the State Administrative Board:

Item Number Contract Modification Number Amount SAB Date 2009-128 5 $255,780.00 09/30/09 2010-067 16,17 $72,933.57 06/01/10 2010-078 9,15 $273,157.16 07/06/10

Contract Modification Number(s): 19

______9/14/10 Page 150

This contract modification requests payment for the following Extra(s)/Adjustment(s) to the contract: CM 19 79092A Delineator Reflector 398.00 Ea @ $5.46/Ea $2,173.08 Delineator Reflec Sheet, 3” X 6”, Red 35.00 Ea @ $4.20/Ea 147.00 Delineator Reflec Sheet, 3” X 6”, White 6.00 Ea @ $4.20/Ea 25.20 Delineator Reflec Sheet, 3” X 6”, Yellow 60.00 Ea @ $4.20/Ea 252.00 Post, Delineator 169.00 Ea @ $22.84/Ea 3,859.96 Post, Flexible, Delineator 68.00 Ea @ $44.10/Ea 2,998.80 Total $9,456.04

Reason(s) for Extra(s)/Adjustment(s):

CM 19 The above extra items of work are for the placement of roadside edge delineator posts (rigid and flexible), for the safety of the motorist on the highway. The delineator’s reflective sheeting consists of various colors, dependent upon its location, and is installed according to MDOT standard plan guidelines. The type and quantity is to supplement the damaged and/or missing ones for consistency along this section of westbound and eastbound I-96 from just east of Lansing Road to US-127. The extra cost for the above noted items was negotiated per Section 103.04 of the 2003 Standard Specifications for Construction. The costs were deemed reasonable when compared with similar items in MDOT’s Average Unit Price Index.

Section 103.04 – EXTRA WORK – of the 2003 Standard Specifications for Construction was interpreted to authorize payment for this extra work.

This Extra was recommended for approval by the State Transportation Commission at its August 26, 2010 meeting, and is now recommended for approval by the State Administrative Board on September 14, 2010.

Criticality: This extra is critical to the project ensuring that it meets the current standards and protects the safety and welfare of the motoring public. Purpose/Business Case: This extra item is essential to the safe and timely completion of this contract. Benefit: By adding these items, the state receives a project that has complied with all state and local laws and regulations, as well as a project that should reach its intended service life. Funding Source: 103319A: FHWA, 90%; State Restricted Trunkline, 10%; 79092A: FHWA, 90; State Restricted Trunkline, 10%, unless otherwise noted. Commitment Level: The project was advertised for bids, with the lowest bidder being awarded the contract. The bids are based on estimated quantities for various items of work to construct the project. Risk Assessment: This item is required for the safe and timely completion of the project. Cost Reduction: Economic assessment justifies the costs associated with this benefit to the public by including the items in this Extra. Selection: Low bid. New Project Identification: This is an existing project already under contract. Zip Code: 48910.

______9/14/10 Page 151

353. Extra 2010-115

Control Section/Job Number: 82457-52174 Local Agency Project

State Administrative Board - This project exceeds the 6% limit for reviewing extras.

State Transportation Commission - This project exceeds the 10% limit for reviewing extras.

Contractor: Walter Toebe Construction Co. P. O. Box 930129 Wixom, MI 48393

Designed By: Spalding DeDecker Associates, Inc. Ayres, Lewis, Norris & May, Inc.

Engineer’s Estimate: $10,335,376.80

Description of Project: 0.74 km of railroad grade separation and concrete pavement reconstruction, drainage improvements, water main relocations, pump house construction, 2 span steel I beam bridge and pavement markings on Sheldon Road from 120 m south of Nantucket to 100 m north of M-14 overpass in the city of Plymouth, Wayne County.

Administrative Board Approval Date: November 8, 2006 Contract Date: November 20, 2006 Original Contract Amount: $10,170,387.92 Total of Overruns/Changes (Approved to Date): (405,823.23) - 3.99% Total of Extras/Adjustments (Approved to Date): 4,297,349.24 + 42.25% Total of Negative Adjustments (Approved to Date): (27,904.98) - 0.27% THIS REQUEST 4,720.58 + 0.05%

Revised Total $14,038,729.53 + 38.04%

SUMMARY:

The total of all Extras and Overruns approved to date, before this request, places this contract 37.99% over the original budget for an Authorized to Date Amount of $14,034,008.95.

Approval of this extra will place the authorized status of the contract 38.04% or $3,868,341.61 over the Original Contract Amount.

______9/14/10 Page 152

Extras Previously Approved by the State Administrative Board:

Item Number Contract Modification Number Amount SAB Date 2007-085 7 $350,000.00 06/05/07 2007-148 8 $350,000.00 10/02/07 2008-113 12, 13, 14 r. 3, 15 r. 2, 16, 17, 18, 19, 20 r. 1, 21 $160,381.83 08/05/08 2008-131 33 $1,392,435.00 09/02/08 2008-138 23, 25, 26, 27, 28, 29, 31 $373,605.80 09/02/08 2008-170 22, 30, 32, 34 $39,358.15 11/05/08 2009-026 35 r. 2, 36 r. 1 $463,836.34 02/03/09 2009-035 37, 38, 39, 41, 42, 43 $44,477.45 03/04/09 2009-064 44, 46, 47, 48, 55 $127,838.28 06/16/09 2009-096 56, 57, 58, 59, 60, 61, 62, 63, 64, 65 $405,701.65 07/21/09 2009-144 67 r. 2, 68 r. 1, 70 r. 1, 72 r 1, 73 $224,925.76 09/30/09 2009-160 76 $102,059.81 12/01/09 2010-037 77 r. 1, 78, 79, 80, 81, 82, 83, 85, 87 $184,398.28 03/02/10 2010-063 90, 91, 94, 95 $35,683.57 05/04/10 2010-091 98, 102 r.1 $24,718.53 08/03/10

Contract Modification Number(s): 109 r. 1

This contract modification requests payment for the following Extra(s)/Adjustment(s) to the contract:

CM 109 Reseal Hot Poured Rubber Joints 1.00 LS @ $4,720.58/LS $4,720.58 Total $4,720.58

Reason(s) for Extra(s)/Adjustment(s):

CM 109 Authorization is requested to add the item "RESEAL HOT POURED RUBBER JOINTS" to the contract. The contractor was directed to re-seal the hot poured rubber joints where the rubber had been displaced or did not properly seal the joint.

It is recommended that the contractor be compensated for all joints that had to be re-sealed as a result of unfavorable weather conditions, which was at the direction of the engineer. Joints that failed that were placed under the proper weather conditions are considered to be the responsibility of the contractor to repair.

Section 103.04 – EXTRA WORK – of the 2003 Standard Specifications for Construction was interpreted to authorize payment for this extra work.

These Extras were recommended for approval by the State Transportation Commission at its August 26, 2010, meeting, and are now recommended for approval by the State Administrative Board on September 14, 2010.

Criticality: These extras are critical to the project ensuring that it meets the current standards and protects the safety and welfare of the motoring public. Purpose/Business Case: These extra items are essential to the safe and timely completion of this contract. Benefit: By adding these items, the state receives a project that has complied with all state and local laws and regulations, as well as a project that should reach its intended service life. ______9/14/10 Page 153 Funding Source: FHWA, 69.95%; Wayne County, 12.56%, State Restricted Trunkline, 17.49%; unless otherwise noted. Commitment Level: The project was advertised for bids, with the lowest bidder being awarded the contract. The bids are based on estimated quantities for various items of work to construct the project. Risk Assessment: These items are required for the safe and timely completion of the project. Cost Reduction: Economic assessment justifies the costs associated with this benefit to the public by including the items in this Extra. Selection: Low bid. New Project Identification: This is an existing project already under contract. Zip Code: 48170.

354. Extra 2010-116

Control Section/Job Number: 63051-55659 MDOT Project

State Administrative Board - This project exceeds the 6% limit for reviewing extras.

State Transportation Commission - Does not meet criteria.

Contractor: Cadillac Asphalt, LLC. P O Box 87248 Canton, MI 48188

Designed By: Parsons Brinckerhoff Michigan, Inc. Engineer’s Estimate: $14,739,695.81

Description of Project:

8.50 miles of concrete pavement inlay reconstruction, hot mix asphalt cold milling and resurfacing, base repairs, storm sewer structures and cross leads replacement, signing, signals, lighting, and pavement markings on M-1 from Quarton Road/Big Beaver through Wide Track Loop and on M-59 from Pine Street to Mill Street in the cities of Pontiac and Bloomfield Hills, Oakland County. This project includes two 5 year material and workmanship pavement warranties.

Administrative Board Approval Date: November 8, 2006 Contract Date: November 20, 2006 Original Contract Amount: $13,665,978.64 Total of Overruns/Changes (Approved to Date): (446,155.37) - 3.26% Total of Extras/Adjustments (Approved to Date): 818,035.25 + 5.99% Total of Negative Adjustments (Approved to Date): (5,564.24) - 0.04% THIS REQUEST 5,454.14 + 0.04%

Revised Total $14,037,748.42 + 2.73%

SUMMARY:

The total of all Extras and Overruns approved to date, before this request, places this contract 2.69% over the original budget for an Authorized to Date Amount of $14,032,294.28.

Approval of this extra will place the authorized status of the contract 2.73% or $371,769.78 over the Original Contract Amount.

______9/14/10 Page 154 Extras Previously Approved by the State Administrative Board:

Item Number Contract Modification Number Amount SAB Date 2007-64 2 r. 2 $160,909.00 05/01/07 2007-78 7 $352,580.00 06/05/07 2008-59 34 $106,503.92 04/15/08

Contract Modification Number(s): 60

This contract modification requests payment for the following Extra(s)/Adjustment(s) to the contract:

CM 60 Repair Street Light Circuit at Lawrence and Woodward due to ADA sidewalk Upgrade 2,446.44 Dlr @ $1.00/Dlr $2,446.44 Replace shallow street light conduit and conductors at Pike Street and Woodward 3,007.70 Dlr @ $1.00/Dlr 3,007.70 Total $5,454.14

Reason(s) for Extra(s)/Adjustment(s):

CM 60 As a result of the ADA sidewalk upgrades, a portion of the electrical system for the street lighting was in conflict with the proposed sidewalk gradient. Modifications were made to the existing electrical circuit to eliminate the conflict. The extra cost for Repair Street Light Circuit at Lawrence and Woodward due to ADA sidewalk Upgrade was negotiated per Section 103.04 of the 2003 Standard Specifications for Construction. The time equipment, materials and costs necessary to complete the work were determined using a process similar to the force account work process. The costs were deemed reasonable based on comparison to the certified payrolls, the Blue Book equipment rental rates, and actual costs for materials, and negotiation per Section 103.04 of the 2003 Standard Specifications for Construction. Since a subcontractor completed the work, the cost includes a five percent markup for the prime contractor, as per Section 109.07.G of the 2003 Standard Specifications for Construction.

During the concrete pavement removal operation, it was discovered that the existing street light conduit was immediately below the bottom of slab. The contractor was required to replace that portion at a lower elevation and tie the electrical system back together. The extra cost for Replace shallow street light conduit and conductors at Pike Street and Woodward was negotiated per Section 103.04 of the 2003 Standard Specifications for Construction. The time equipment, materials and costs necessary to complete the work were determined using a process similar to the force account work process. The costs were deemed reasonable based on comparison to the certified payrolls, the Blue Book equipment rental rates, and actual costs for materials, and negotiation per Section 103.04 of the 2003 Standard Specifications for Construction. Since a subcontractor completed the work, the cost includes a five percent markup for the prime contractor, as per Section 109.07.G of the 2003 Standard Specifications for Construction.

Section 103.04 – EXTRA WORK – of the 2003 Standard Specifications for Construction was interpreted to authorize payment for this extra work.

This Extra is recommended for approval by the State Administrative Board on September 14, 2010.

Criticality: This extra is critical to the project ensuring that it meets the current standards and protects the safety and welfare of the motoring public. Purpose/Business Case: This extra item is essential to the safe and timely completion of this contract.

______9/14/10 Page 155 Benefit: By adding this item, the state receives a project that has complied with all state and local laws and regulations, as well as a project that should reach its intended service life. Funding Source: FHWA, 81.85%; State Restricted Trunkline, 16.95%; City of Pontiac, 1.20%, unless otherwise noted. Commitment Level: The project was advertised for bids, with the lowest bidder being awarded the contract. The bids are based on estimated quantities for various items of work to construct the project. Risk Assessment: This item was required for the safe and timely completion of the project. Cost Reduction: Economic assessment justifies the costs associated with this benefit to the public by including the items in this Extra. Selection: Low bid. New Project Identification: This is an existing project already under contract. Zip Code: 48342.

355. Extra 2010-117

Control Section/Job Number: 50458-102188 Local Agency Project

State Administrative Board - This project has at least one extra or a group of related extras that exceed the $100,000 limit for reviewing extras.

State Transportation Commission - This project exceeds the 10% limit for reviewing extras.

Contractor: Six-S, Inc. 2210 Scott Lake Road Waterford, MI 48328

Designed By: Local Agency Engineer’s Estimate: $6,860,148.86

Description of Project:

2.50 mi of concrete pavement widening including drainage, concrete curb and gutter, traffic signals and pavement markings on Cass Avenue from North Branch Clinton River northwesterly to 19 Mile Road and on Romeo Plank Road from 19 Mile Road northerly to north of 19 Mile Road, Macomb County.

Administrative Board Approval Date: February 19, 2008 Contract Date: March 5, 2008 Original Contract Amount: $6,220,187.01 Total of Overruns/Changes (Approved to Date): (91,128.36) - 1.47% Total of Extras/Adjustments (Approved to Date): 572,638.96 + 9.21% Total of Negative Adjustments (Approved to Date): 0.00 - 0.00% THIS REQUEST 172,422.43 + 2.77%

Revised Total $6,874,120.04 + 10.51%

SUMMARY:

The total of all Extras and Overruns approved to date, before this request, places this contract 7.74% over the original budget for an Authorized to Date Amount of $6,701,697.61.

Approval of this extra will place the authorized status of the contract 10.51% or $653,933.03 over the Original Contract Amount. ______9/14/10 Page 156

Extras Previously Approved by the State Administrative Board:

Item Number Contract Modification Number Amount SAB Date 2008-172 3 $237,470.00 11/05/08 2009-05 6 $50,402.67 01/20/09 2010-01 14, 15 $62,425.88 01/19/10

Contract Modification Number(s): 18

These contract modifications request payment for the following Extra(s)/Adjustment(s) to the contract:

CM 18 Gabions 281.65 Syd @ $359.28/Syd $101,191.21 Excavation, Earth 2,440.00 Cyd @ $5.25/Cyd 12,810.00 Riprap, Heavy 885.17 Ton @ $66.00/Ton 58,421.22 Total $172,422.43

Reason(s) for Extra(s)/Adjustment(s):

CM 18 The following three extra items of work are combined in nature to the repair of a slope failure in April 2009. The embankment from project Sta. 42+00 and Sta. 49+00, showed signs of a surface failure, including a void under the new pavement and deformation of the new guardrail along the north side of Cass Avenue by the North Branch of the Clinton River. It was determined that the area had been impacted by high spring waters, causing the embankment to hold water resulting in slope sags and soil erosion from the top of the embankment to the bottom of the slope. The clay embankment areas had to be re-built and “armored” to eliminate future surface erosion due to water infiltration. The area was excavated (Excavation, Earth) to a 1:1 slope and a metal cage of rocks (Gabions) was constructed to form a rock wall on top of structural geotextile material at the bottom of the slope. The slope was then constructed behind the gabions with 6A stone material and then covered with a heavy stone face (Riprap, Heavy) to eliminate any future surface erosion due to high water. The extra cost for the items of Gabions, Excavation, Earth and Riprap, Heavy was negotiated per Section 103.04 of the 2003 Standard Specifications for Construction. The time equipment, materials and costs necessary to complete the work were determined using a process similar to the force account work process. The costs were deemed reasonable based on comparison to the certified payrolls, the Blue Book equipment rental rates, and actual costs for materials, and negotiation per Section 103.04 of the 2003 Standard Specifications for Construction.

Section 103.04 – EXTRA WORK – of the 2003 Standard Specifications for Construction was interpreted to authorize payment for this extra work.

This Extra was recommended for approval by the State Transportation Commission at its August 26, 2010, meeting, and is now recommended for approval by the State Administrative Board on September 14, 2010.

Criticality: This extra is critical to the project ensuring that it meets the current standards and protects the safety and welfare of the motoring public. Purpose/Business Case: This extra item is essential to the safe and timely completion of this contract. Benefit: By adding these items, the state receives a project that has complied with all state and local laws and regulations, as well as a project that should reach its intended service life. Funding Source: FHWA, 80.00%; State Restricted Trunkline, 20.00%, unless otherwise noted. ______9/14/10 Page 157 Commitment Level: The project was advertised for bids, with the lowest bidder being awarded the contract. The bids are based on estimated quantities for various items of work to construct the project. Risk Assessment: This item is required for the safe and timely completion of the project. Cost Reduction: Economic assessment justifies the costs associated with this benefit to the public by including the items in this Extra. Selection: Low bid. New Project Identification: This is an existing project already under contract. Zip Code: 48038.

356. Extra 2010-118

Control Section/Job Number: 63043-55850 MDOT Project

State Administrative Board - This project has at least one extra that exceeds the $100,000 limit for reviewing extras.

State Transportation Commission - Does not meet criteria.

Contractor: Dan's Excavating, Inc 12955 23 Mile Road Shelby Twp MI 48315-2707

Designed By: HNTB

Engineer’s Estimate: $ 56,922,987.60

Description of Project:

5.61 mi of freeway widening and reconstruction including ramp reconstruction, storm sewer and culvert replacement, permanent signing, MITS installation, and rehabilitation of 9 structures on M-59 from Crooks Road to Ryan Road in the cities of Rochester Hills and Sterling Heights, Oakland and Macomb Counties. This project includes a 5 year materials and workmanship pavement warranty and a 2 year bridge painting warranty.

Administrative Board Approval Date: June 16, 2009 Contract Date: July 31, 2009 Original Contract Amount: $50,482,258.39 Total of Overruns/Changes (Approved to Date): (1,309,107.79) - 2.59% Total of Extras/Adjustments (Approved to Date): 1,482,051.82 + 2.94% Total of Negative Adjustments (Approved to Date): (48,770.84) - 0.10% THIS REQUEST 150,750.00 + 0.30%

Revised Total $50,757,181.58 + 0.55%

SUMMARY:

The total of all Extras and Overruns approved to date, before this request, places this contract 0.25% over the original budget for an Authorized to Date Amount of $50,606,431.58.

Approval of this extra will place the authorized status of the contract 0.55% or $274,923.19 over the Original Contract Amount.

______9/14/10 Page 158 Extras Previously Approved by the State Administrative Board:

Item Number Contract Modification Number Amount SAB Date 2010-098 15, 18 r.2 $1,003,086.97 08/03/10

Contract Modification Number(s): 25

These contract modifications request payment for the following Extra(s)/Adjustment(s) to the contract:

CM 25 Undercut, Special 4,500.00 Cyd @ $33.50/Cyd $150,750.00 Total $150,750.00

Reason(s) for Extra(s)/Adjustment(s):

CM 25

During the course of the project, the project engineer encountered unstable material that was not suitable for a roadbed. The unstable areas contain various poor soil characteristics, such as buried topsoil 5-6' below clay grade and saturated soil conditions because of a high water table. Through consultation with the Metro Region Soils Engineer, the recommended treatment was to excavate and backfill with 1”-3” stone material to stabilize these areas. The extra cost for Undercut, Special was negotiated per Section 103.04 of the 2003 Standard Specifications for Construction. The costs were deemed reasonable when compared with similar work on other projects.

Section 103.04 – EXTRA WORK – of the 2003 Standard Specifications for Construction was interpreted to authorize payment for this extra work.

These extras were recommended for approval by the State Administrative Board on September 14, 2010.

Criticality: These extras are critical to the project ensuring that it meets the current standards and protects the safety and welfare of the motoring public. Purpose/Business Case: These extras item are essential to the safe and timely completion of this contract. Benefit: By adding these items, the state receives a project that has complied with all state and local laws and regulations, as well as a project that should reach its intended service life. Funding Source: American Recovery and Reinvestment Act funds, 92%, DBE, 8%. Commitment Level: The project was advertised for bids, with the lowest bidder being awarded the contract. The bids are based on estimated quantities for various items of work to construct the project. Risk Assessment: These items are required for the safe and timely completion of the project. Cost Reduction: Economic assessment justifies the costs associated with this benefit to the public by including the items in this Extra. Selection: Low bid. New Project Identification: This is an existing project already under contract. Zip Code: 48909.

______9/14/10 Page 159

OVERRUNS

357. Overrun 2010-027

Control Section/Job Number: 81062-M60954 MDOT Project

State Administrative Board - This project exceeds the 10% limit for reviewing overruns.

State Transportation Commission - This project exceeds the 15% limit for reviewing overruns.

Contractor: C & D Hughes, Inc. 3097 Lansing Road Charlotte MI 48813-8404

Designed By: MDOT Engineer’s Estimate: $134,152.43

Description of Project:

0.32 mi of concrete pavement repairs on the eastbound I-94 entrance ramp from southbound Ann Arbor- Saline Road in the city of Ann Arbor, Washtenaw County.

Administrative Board Approval Date: September 1, 2009 Contract Date: September 14, 2009 Original Contract Amount: $93,786.18 Total of Overruns/Changes (Approved to Date): 9,378.61 + 10.00% Total of Extras/Adjustments (Approved to Date): 3,940.00 + 4.20% Total of Negative Adjustments (Approved to Date): -0.00 - 0.00% THIS REQUEST 16,574.28 + 17.67%

Revised Total $123,679.07 + 31.87%

SUMMARY:

The total of all Extras and Overruns approved to date, before this request, places this contract 14.20% over the original budget for an Authorized to Date Amount of $107,104.79.

Approval of this overrun will place the authorized status of the contract 31.87% or $29,892.89 over the Original Contract Amount.

Overruns Previously Approved by the State Administrative Board: None

This request allows payment for the following increases to the contract:

Pavt Repr. Reinf Conc, 9 inch 489.42 Syd @ $33.86514/Syd $16,574.28 Total $16,574.28

______9/14/10 Page 160

Reason(s) for Overrun(s):

The condition of the concrete ramp further deteriorated after the design submitted advertisement and before the award of the construction contract. The engineer consulted with the MDOT Maintenance garage, and it was determined these additional repairs should be done on this project. The increase in this original item was to make the ramp a better ride and a safe surface for the motoring public.

This Overrun is recommended for approval by the State Transportation Commission at its August 26, 2010 meeting, and is now recommended for approval by the State Administrative Board on September 14, 2010.

Criticality: This original items increase is critical to the project ensuring that it meets the current standards and protects the safety and welfare of the motoring public. Purpose/Business Case: This request is to compensate the contractor for the additional quantities of original contract items. Benefit: The public benefits from the project being constructed to the published standards. Funding Source: State Restricted Trunkline Funds, 100%, unless otherwise noted. Commitment Level: The project was advertised for bids, with the lowest bidder being awarded the contract. The bids are based on estimated quantities for various items of work to construct the project. Risk Assessment: The risk associated with not doing this work is that the motoring public will be driving on substandard roadway facilities. Cost Reduction: The price has been fixed by contract. Selection: Low bid. New Project Identification: This is an existing project already under contract. Zip Codes: 48103.

358. Overrun 2010 -028

Control Section/Job Number: 50099-105262 Local Agency Project

State Administrative Board - This project exceeds the 10% limit for reviewing overruns.

State Transportation Commission - Does not meet criteria.

Contractor: S.A. Torello Demolition, Inc. 3500 Dove Rd Port Huron, MI 48060

Designed By: Anderson, Eckstein, & Westrick, Inc Engineer’s Estimate: $390,458.90

Description of Project:

0.88 mi of hot mix asphalt non-motorized path, aggregate base, and grading within the Riverbend Park from south of 22 Mile Road to south of 21 Mile Road, Macomb County.

______9/14/10 Page 161

Administrative Board Approval Date: July 21, 2009 Contract Date: August 25, 2009 Original Contract Amount: $318,124.07 Total of Overruns/Changes (Approved to Date): 31,812.41 + 10.00% Total of Extras/Adjustments (Approved to Date): 0.00 + 0.00% Total of Negative Adjustments (Approved to Date): 0.00 - 0.00% THIS REQUEST 12,978.73 + 4.08%

Revised Total $362,915.21 + 14.08%

SUMMARY:

The total of all Extras and Overruns approved to date, before this request, places this contract 10.00% over the original budget for an Authorized to Date Amount of $349,936.48.

Approval of this overrun will place the authorized status of the contract 14.08% or $44,791.14 over the Original Contract Amount.

Overruns Previously Approved by the State Administrative Board: None

This request allows payment for the following increases to the contract:

Mulch Blanket 8,652.486 Syd @ $1.50/Syd $12,978.73 Total $12,978.73

Reason(s) for Overrun(s):

The project is in overrun status due to an increase in the amount of clearing and restoration items required to complete the project. During the construction phase of this project, it was determined that additional areas along the bicycle path had to be cleared and restored to maintain the required slopes/embankments proposed. In addition, the site is heavily wooded; therefore, the contractor needed to use certain areas along the bicycle path for equipment to turn around and to stockpile materials. Furthermore, access to the site had to be maintained by using a grassy area from the main parking lot of the park to the existing asphalt hike/bike trail, and using approximately 250 feet of the existing trail to reach the POB of the proposed trail. Therefore, approximately 250 feet of the existing trail had to be replaced due to significant construction equipment traffic.

This Overrun is now recommended for approval by the State Administrative Board on September 14, 2010.

Criticality: This original items increase is critical to the project ensuring that it meets the current standards and protects the safety and welfare of the motoring public. Purpose/Business Case: This request is to compensate the contractor for the additional quantities of original contract items. Benefit: The public benefits from the project being constructed to the published standards. Funding Source: FHWA, 80.00%; Macomb County, 20.00%, unless otherwise noted. Commitment Level: The project was advertised for bids, with the lowest bidder being awarded the contract. The bids are based on estimated quantities for various items of work to construct the project. Risk Assessment: The risk associated with not doing this work is that the motoring public will be driving on substandard roadway facilities. Cost Reduction: The price has been fixed by contract. ______9/14/10 Page 162 Selection: Low bid. New Project Identification: This is an existing project already under contract. Zip Codes: 48317.

359. Overrun 2010-029

Control Section/Job Number: 11400-90385 Local Agency Project

State Administrative Board - This project exceeds the 10% limit for reviewing overruns.

State Transportation Commission - Does not meet criteria.

Contractor: Wolverine Electrical Contracting, Inc. 2700 Old U.S. 31 North Niles, MI 49120

Designed By: Abonmarche Consultants, Inc. Engineer’s Estimate: $140,135.50

Description of Project:

Removal of traffic signals, poles, controllers and cabinets at the intersections of Territorial Road and Fair Avenue and Market Street and Colfax Avenue and signal optimization including mast arms, controller and cabinet, pedestrian pushbuttons and traffic loop detectors at the intersection of Colfax Avenue and May Street in the city of Benton Harbor, Berrien County.

Administrative Board Approval Date: December 18, 2007 Contract Date: February 26, 2008 Original Contract Amount: $121,669.67 Total of Overruns/Changes (Approved to Date): 12,166.97 + 10.00% Total of Extras/Adjustments (Approved to Date): 15,694.91 + 12.90% Total of Negative Adjustments (Approved to Date): 0.00 + 0.00% THIS REQUEST 2,374.54 + 1.95%

Revised Total $151,906.09 + 24.85%

SUMMARY:

The total of all Extras and Overruns approved to date, before this request, places this contract 22.90% over the original budget for an Authorized to Date Amount of $149,531.55.

Approval of this overrun will place the authorized status of the contract 24.85% or $30,236.42 over the Original Contract Amount.

Overruns Previously Approved by the State Administrative Board: None

This request allows payment for the following increases to the contract:

Sidewalk, Conc, 4 inch 146.5765 Syd @ $16.20/Syd $2,374.54 Total $2,374.54

______9/14/10 Page 163

Reason(s) for Overrun(s):

Following the design and letting of the project, the MDOT inspector (Deb Fergus) informed us that new MDOT and Michigan FHWA policy for all projects would require removal and replacement of curb and gutter where ADA accessible sidewalk ramps are scheduled for replacement. The new curbs were to be placed with flatter cross slope than the existing ramps with no change in level from E/M to B/C. The application of this new requirement created the need for additional sidewalk and sidewalk ramp work at the Colfax Avenue and May Street intersection. The resulting delay to redesign these facilities also necessitated an extension of time to the project and the resulting cost adjustments to traffic control items

This Overrun is recommended for approval by the State Administrative Board on September 14, 2010.

Criticality: This extra is critical to the project ensuring that it meets the current standards and protects the safety and welfare of the motoring public. Purpose/Business Case: This extra item is essential to the safe and timely completion of this contract. Benefit: By adding these items, the state receives a project that has complied with all state and local laws and regulations, as well as a project that should reach its intended service life. Funding Source: 90385A: FHWA, 80%; City of Benton Harbor, 20%; unless otherwise noted; 90386A: FHWA, 100%, unless otherwise noted. Commitment Level: The project was advertised for bids, with the lowest bidder being awarded the contract. The bids are based on estimated quantities for various items of work to construct the project. Risk Assessment: This item is required for the safe and timely completion of the project. Cost Reduction: Economic assessment justifies the costs associated with this benefit to the public by including the items in this Extra. Selection: Low bid. New Project Identification: This is an existing project already under contract. Zip Code: 49022.

In accordance with MDOT’s policies and procedures and subject to concurrence by the Federal Highway Administration, the preparation and award of the appropriate documents approved by the Attorney General, and compliance with all legal and fiscal requirements, the Director recommends for approval by the State Administrative Board the items on this agenda.

The approval by the State Administrative Board of these contracts does not constitute the award of same. The award of contracts shall be made at the discretion of the Director-Department of Transportation when the aforementioned requirements have been met. Subject to exercise of that discretion, I approve the contracts described in this agenda and authorize their award by the responsible management staff of MDOT to the extent authorized by, and in accordance with, the December 14, 1983, resolution of the State Transportation Commission and the Director’s delegation memorandum of October 31, 2006.

Respectfully submitted,

Authorized Signature on File September 7, 2010

Kirk T. Steudle Director ______9/14/10 Page 164

------

Mr. DeBano presented the Transportation and Natural Resources Committee Report for the regular meeting of September 8, 2010. After review of the foregoing Transportation and Natural Resources Committee Report, Mr. DeBano moved that the Report covering the regular meeting of September 8, 2010, be approved and adopted with Items 40, 84, and 339 of the regular MDOT agenda withdrawn by the Department of Transportation. The motion was supported by Mr. Isom and unanimously approved.

8. MOTIONS AND RESOLUTIONS:

NONE

9. ADJOURNMENT:

Mr. Hank moved to adjourn the meeting. The motion was supported by Ms. Carey and unanimously approved. Ms. Andorfer adjourned the meeting.

______SECRETARY CHAIRPERSON